Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

79 -- TOMCAT MAGNUM EDGE FLOOR SCRUBBER

Notice Date
5/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335212 — Household Vacuum Cleaner Manufacturing
 
Contracting Office
Department of Veterans Affairs;Lebanon VAMC;Acquisitions (Bldg 19);1700 South Lincoln Ave;Lebanon PA 17042-7529
 
ZIP Code
17042-7529
 
Solicitation Number
VA24412Q0851
 
Response Due
6/6/2012
 
Archive Date
7/6/2012
 
Point of Contact
Melvin E Moore
 
E-Mail Address
272-6621
 
Small Business Set-Aside
N/A
 
Description
The Lebanon VA Medical Center currently has a procurement request for a Tomcat Magnum 28" Edge walk behind auto floor scrubber. 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; proposals are being requested and a written solicitation will not be issued. Interested parties that can respond to this Combined Synopsis/Solicitation must provide evidence that they have a potential to meet the requirements as identified herein. The following items are needed, must be Brand or Equal: ITEM NO. QTY & DESCRIPTION 1- 1.00 EA, Tomcat Magnum 28" Edge Walk behind Auto scrubber with Traction Drive 2- 1.00 EA, RPS 360ah HD Upgrade Kit with Charger for Magnum Series Auto Scrubber 3- 1.00 EA, RPS Suds Kit for Magnum Series Auto Scrubber 4- 1.00 EA, RPS Suds Kit Quart Holder for Magnum Series Auto Scrubber 5- 1.00 EA, RPS 13" x 27" Velco Pad for 28" Edge Machine Submissions received in response to this notice shall be evaluated based on lowest price technically accepted. All those interested should submit, in writing, the company name, address, point of contact, telephone number, and business size; a detailed statement regarding technical capabilities and qualifications, and any additional supporting literature. Vendor must provide a DUNS number (http://www.dnb.com/us/) and register with the Central Contractors Registration (Http://www.ccr.gov/) to further qualify for this contract. All interested parties shall respond to melvin.moore2@va.gov by 5:00 PM EST June 6, 2012. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. Information can be emailed to the Contracting Specialist. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253 (1) the Lebanon VA Medical Center (VAMC) anticipates entering into procurement for a Tomcat Magnum 28" Edge Walk behind Auto Floor Scrubber. (ii) The reference/solicitation number is VA244-12-Q-0851 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. (iv) North American Industry Classification System (NAICS) code is 335212 (size standard of 500 employees) applies to this solicitation. (v) This requirement consists of Tomcat Magnum Edge Auto Floor Scrubber (vi) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (brand name Tomcat) (vii) Delivery and acceptance of deliverables will be FOB destination within 30 days of receipt of order to Lebanon VA Medical Center, 1700 Lincoln Avenue, Lebanon, PA 17042-7529. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.209-7 Information Regarding Responsibility Matters, 52.216-1 Type of Contract, 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, 852.233-71 Alternate Protest Procedure, 852.236-76 Correspondence, and 852.237-70 Contractor Responsibilities. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are price, past performance and technical capabilities (meeting salient characteristics) with price, past performance and technical capabilities being evaluated as equal. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from https://www.acquisition.gov/far/ or (2) complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) (15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 (2) and (3)) 52.219-28 Post Award Small Business Program Representations (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-37 Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212), FAR 52.222-50 Combating Trafficking in Persons, 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.225-1 Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restriction on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.232-36, Payment by Third Party. (xiii) To be awarded this contract, the offeror must be registered in Central Contractor Registration (CCR). CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Wednesday, June 6, by 5:00 p.m. Eastern Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to melvin.moore2 @va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to melvin.moore2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/VA24412Q0851/listing.html)
 
Place of Performance
Address: DEPARTMENT OF VETERAN AFFAIRS;18-120 WAREHOUSE;1700 SOUTH LINCOLN AVE;LEBANON;PA
Zip Code: 17042
 
Record
SN02761114-W 20120601/120530235537-20dbe2d9ee7bc40c67b6e52a35cb23dd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.