|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,2000 PSA#2545Department of Veterans Affairs Medical Center, Chief, Acquisition and
Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417 24 -- FOUR WHEEL DRIVE ARTICULATING DUMPER SOL RFQ894-97-00 DUE 031500
POC Daniel Agrimson 612-725-2178 E-MAIL: click here to contact the
contracting officer via, dan.agrimson@med.va.gov. 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
894-97-00 is issued as a request for quotations and incorporates
provisions and clauses that are in effect through FAC 97-15. 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 47 cubic feet and have
a minimum dump clearance of approximately 48" and be able to swivel 180
degrees to work around obstacles such as trees andheadstones. The
dumper must have a water cooled engine with a hydrostatic transmission
and have a maximum width of approximately 75". The chassis must be
able to swivel in either direction a minimum of 20 degrees. All parts
for maintenance and repair must be available within 10 working days.
Delivery is FOB Destination to Fort Snelling National Cemetery, 7601
34th Avenue South, Minneapolis, MN 55450. 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 by 4:00 pm local time, March 15,
2000 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 02/24/00
(W-SN428246). (0055) Loren Data Corp. http://www.ld.com (SYN# 0154 20000228\24-0001.SOL)
24 - Tractors Index Page
|
|