|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360Department of Veterans Affairs Medical Center, Chief, Acquisition and
Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417 24 -- FOUR WHEEL DRIVE ARTICULATING DUMPER SOL RFQ 894-149-99 DUE
062399 POC Daniel Agrimson 612-725-2178 DESC: This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotations are being requested and a written
solicitation will not be issued. The solicitation number RFQ 894-149-99
is issued as a request for quotations and incorporates provisions and
clauses that are in effect through FAC 97-11. FAR 52.219-6, Notice of
Total Small Business Set-Aside is applicable to this acquisition. The
standard industrial classification code is 3524. The small business
size standard is 500 employees. Specifications: Quoter must state
authorized service center name and location. Components: Four wheel
drive articulating front end dumper. The bucket must have a minimum
capacity of approximately 125 cubic feet and have a minimum dump
clearance of approximately 112". The dumper must have at least a four
speed transmission, be capable of forward and reverse speeds of at
least 15 miles per hour. The dumper will have a maximum width of
approximately 88" and an unloaded weight not to exceed approximately
9,000 pounds. The chassis must be able to swivel in either direction a
minimum of 20 degrees. All parts for maintenance and repair must be
available with 10 working days. Delivery is FOB Destination to
Willamette National Cemetery, 11800 SE Mt. Scott Blvd., Portland, OR
97266-6937. Descriptive literature showing the quoted item meets or
exceeds all specifications included herein must accompany the
quotation. The government anticipates award of a contract resulting
from this solicitation to the responsive/responsible offeror whose
offer conforms to the solicitation and is most price advantageous to
the government. The provision at 52.212-2, Evaluation-Commercial Items,
applies to this acquisition. The contracting officer will make award
based on price and price-related factors. Offerors shall include a
completed copy of the provision at FAR 52.212-3,
Offeror/Representations and Certifications-Commercial Items, with its
proposal. Far 52.212-4, Contract Terms and Conditions-Commercial Items,
applies to this acquisition. FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders --
Commercial Items, applies to this acquisition. The following FAR
clauses cited in 52.212-5 are applicable to this acquisition:
52.222-26; 52.222-35, 52.222-36, 52.222-37; 52.225-3; 52.222-18. The
contractor shall extend to the Government the full coverage of any
standard commercial warranty normally offered in a similar commercial
sale, provided such warranty is available at no additional cost to the
Government. Acceptance of the standard commercial warranty does not
waive the Government's rights under the Inspection clause nor does it
limit the Government's rights with regard to the other terms and
conditions of this contract. In the event of a conflict, the terms and
conditions of the contract shall take precedence over the standard
commercial warranty. The contractor shall provide a copy of its
standard commercial warranty (if applicable) with its response.
Responses are due 21 days from the date this notice is published in the
CBD by 4:00 pm local time, June 23, 1999 at VA Medical Center, Attn:
Daniel D. Agrimson (90C), One Veterans Drive, Minneapolis, MN 55417.
POC Daniel D. Agrimson, Contract Specialist, 612-725-2178 or fax
612-725-2072. Posted 06/02/99 (W-SN338249). (0153) Loren Data Corp. http://www.ld.com (SYN# 0214 19990604\24-0001.SOL)
24 - Tractors Index Page
|
|