DOCUMENT
23 -- Pacific District (OAK) - National Memorial Cemetery of the Pacific Two (2) John Deere 4044M Compact Utility Tractor with Accessories, Dealer Assembly and Set-Up - Attachment
- Notice Date
- 5/7/2018
- Notice Type
- Attachment
- NAICS
- 333112
— Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration (NCA);NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q0360
- Response Due
- 5/13/2018
- Archive Date
- 7/12/2018
- Point of Contact
- Tene Becknell
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 11 This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C78618Q0360 is issued as a Request for Quotation (RFQ) from interested Quoters. We anticipate a 100% Veteran Owned Small Business (SDVOSB) Open Market set-aside for this procurement so this requirement will be set aside for SDVOSB concerns. To receive award consideration as an SDVOSB concern, your company must have a current SDVOSB certification/registration in the Veteran Information Pages (VIP) database at www.vip.vetbiz.gov. The North American Industry Classification System (NAICS) code for this requirement is 336112 Light Truck and Utility Vehicle Manufacturing with a size standard in number of employees at 1500 employees. Any interested Quoter that does not meet the capability and size standard under this NAICS code, should not submit a response to this Combined Synopsis/Solicitation quotation request. Quoters must also have a current registration in the System for Award Management (SAM) at www.sam.gov and are encouraged to go to the SAM database www.sam.gov to verify active status to avoid any possible delays in contract award. Company Online Representations and Certifications (Reps and Certs) information must also be current in SAM database to qualify to receive a contract award. Quoter must be an authorized John Deere reseller and must provide proof of authorization. DESCRIPTION OF COMMODITY NEED: The National Memorial Cemetery of the Pacific has an immediate need for the following: Two (2) John Deere 4044M Compact Utility Tractor* with Accessories, Dealer Assembly and Set-Up* *(Brand Name or Equal) Items for Trade In: 1997 New Holland 1920 Tractor 1989 Kubota L3750 Tractor 1993 Case IH 395 Tractor SPECIFICATIONS: Brand: Two (2) John Deere 4044M Compact Utility Tractor* with Accessories Quantity: TWO (2) Each 4M HST/PRT (2018) ENGINE Family EYDXL2.19NDA Manufacturer Yanmar Engine model 4TNV88C-MJT Engine power (gross) 31.7 kW 43.1 hp Power take-off (PTO) power 25.7 kW 34.5 hp Rated engine speed 2600 rpm Type Diesel Not for US use - Operating range 950-2750 rpm Aspiration Natural Emissions compliance Final Tier 4 Cylinders/displacement 4 / 2.189 L 4 / 133.5 cu in. Number of cylinders Four Cylinder liners Cast-in-block Bore and stroke 88x90 mm 3.46x3.54 in. Compression ratio 19.1:1 Lubrication Pressurized Cooling system Liquid Air cleaner Dual element Not for US use - Engine shutoff Key switch Engine torque at rated speed 116 Nm 85.6 lb-ft Fuel tank capacity 50 L 13.8 U.S. gal. ELECTRICAL Not for US use - Type 12 V Battery size 770 CCA Alternator (12-V) 75 amp Starter size kW 2.68 hp FUEL SYSTEM Type High pressure common rail direct injection TRANSMISSION Standard transmission; forward/ reverse 12/12 PowrReverser transmission (PRT) Optional transmission; forward/ reverse 3/3 Hydrostatic transmission (HST) Left-hand reverser Yes Not for US use - On-the-go shifting Yes Not for US use - Direction reverser; forward/reverse Yes Transmission gear ranges 12F/12R PRT Final drive Planetary Brakes Multi-plate wet disc Steering Hydrostatic power steering Clutch, wet/dry Wet Clutch disk diameter wet clutch 129 mm 5.08 in. Axle capacity Mechanical front-wheel drive (MFWD) - 1.6 kg 5.96 lb Front 1600 kg Cruise control Optional Differential lock Yes HYDRAULICS Type Open center Pump rated output 60.2 L/min 15.9 gpm Steering --- Pump type High pressure common rail direct injection Draft control sensing Position control HYDRAULICS Remote control valves available Three optional 3-POINT HITCH Category Category 1 Lift capacity, 24-in. behind link arms 1135 kg 2500 lb POWER TAKE-OFF (PTO) Standard Independent 540 rpm at 2600 rpm Control Position Clutch Wet disc Engagement method Electro-hydraulic FLUID CAPACITIES Crankcase with filter 5.3 L 1.4 qt Transmission and hydraulic system 44 L 12 gal. Not for US use - Transmission and hydraulic system 44 L 12 gal. FINAL DRIVE Type Planetary Differential lock Yes OPERATOR STATION Rollover protective structure Yes Type Foldable OPERATOR STATION Platform - flat/straddle Flat Gear shift location - console/floor Left-hand side DIMENSIONS Wheelbase 185.5 cm 73 in. Front axle clearance 39.5 cm 15.6 in. Turning radius with brakes 2.8 m 9.19 ft Turning radius without brakes 3.0 m 9.84 ft Do not use - Unballasted operating weight Open operator station (OOS) - 1710 kg 3770 lb Approximate shipping weight (openstation; cab) Open operator station (OOS) - 1710 kg 3770 lb TIRES Front Farm - 8-16 Rear Farm - 13.6-28 Front tread range 148.1 cm 58.3 in. Rear tread spacing 137.2 cm 54 in. MISCELLANEOUS Not for US - Underhood muffler Yes Not for US - Joystick selective control valve (SCV) control Yes Do not use - Inboard planetary Yes Additional - John Deere Standard Options: 2 each United States English Operator s Manual and Decal Kit 2 each 12F/12R PowrReverser 2 each Less Loader 2 each Open Station with Standard Seat 2 each iMatch Quick Hitch Category 1 2 each Rear Drawbar 2 each Wheel Spacer 2 each 44x18-20 (4PR, R3 Turf, 1 Position) 2 each 27x10.50-15 (4PR, R3 Turf, 2 Position) Additional - John Deere Standard Options: 2 each Canopy Mounting Bracket and Hardware Kit 2 each Front Quik-Tatch Weight Kit 2 each Quik-Tatch Weight, 32 kg (70 lbs) 2 each Standard Canopy for ROPS Delivery/Dealer Assembly and Set Up The National Memorial Cemetery of the Pacific Submitting Your Quote: *NOTE*: IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION AND RECEIPT OF YOUR QUOTATION AND SUPPORTING DOCUMENATION TO THE DESIGNATED CONTRACTING OFFICER (CO) PRIOR TO THE SUBMISSION DEADLINE FOR THIS COMBINED SYNOPSIS/SOLICITATION REQUIREMENT. Quoters shall submit their quote (in.pdf format only) via email with your company logo on company letterhead to Ms. Tené Becknell @ tene.becknell@va.gov and MUST include the following additional information: Detailed item descriptions as specified above Unit price/Unit quantity/Overall Total Pricing Applicable Shipping/Handling Charges (including dealer assembly set-up, as applicable) Proposed delivery date Company Name, address, telephone number, email address of Quoter (No PO Box Addresses) Company DUNS number Confirmation of your company s status as a CERTIFIED Veterans Information Pages (VIP) certified Service Disabled/Veteran Owned Businesses (SDVOSB/VOSB) concern. Certification (must be active/current) Company Capabilities Statement 336112 NAICS Code Verification Proof of current System for Award Management (SAM ) registration (completed copy of FAR 52.212-3 - Quoters Representations and Certifications- Commercial Items). Terms of any express warranty Quoters are hereby advised that any Quoter-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Quoters s quote unacceptable, and thus ineligible for award. The provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible Quoter whose Quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Quotes based on (LPTA) Lowest Priced Technically Acceptable. All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The Quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Quoter whose price for items are lowest among all quotes that were deemed to be technically acceptable. Quoters who fail to meet the technical requirements of the solicitation will be rated unacceptable and thus, ineligible for award. Quotes will be evaluated based on the following factors listed as shown below: TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the quote demonstrates a clear understanding of the technical specifications or features involved in meeting the requirements and whether the Quoter s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical Quotes, if deemed necessary by Quoter to supplement the descriptive literature) will be evaluated to determine whether the quoted items meet all of the technical requirements (described above) and are thus considered technically acceptable. Any quoted product that does not meet all of the salient characteristics will be deemed technically unacceptable, and thus ineligible for award. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a unit price line basis. The Government will evaluate Quotes by adding the total of all line item prices. Evaluation Process: A Responsibility Determination will also be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of financial risk, responsibility and ability the databases include, but are not limited to: DUNS, PPIRS, EPLS, CPARs, VetBiz (VIP) and the Small Business Administration (SBA). ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACTING OFFICER ONLY! Please do not contact the National Memorial Cemetery of the Pacific regarding this solicitation. Interested Quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted in writing to Ms. Tené Tarver Becknell at tene.becknell@va.gov. All questions must be received by no later than May 9, 2018 at 6:00PM (EST) to allow a reasonable response time to questions prior to close of the solicitation. No questions will be accepted after 6:00 p.m. (Eastern) Monday May 9, 2018 as this solicitation will close on Sunday May 13, 2018 at 12:00 pm (Eastern). Due Date for Final Quote Submission: Quotes must be received by Thursday May 10, 2018 at 12:00 pm (Eastern) and are to be emailed to Tené Becknell at tene.becknell@va.gov. CLAUSES: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS FAR 52.212-4, Contract Terms and Conditions (JAN 2017) applies to this acquisition. Addendum to The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) applies to this acquisition. PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-3, Gratuities (APR 1984) 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013) 52.246-1 Contractor Inspection Requirements (APR 1984) 52.247-34, F.O.B. Destination (NOV 1991) 52.246-16 Responsibility For Supplies (APR 1984) Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm SOLICIATION PROVISIONS: 52.212-1, Instructions to Quoters- Commercial Items (JAN 2017) 52.209-7, Information Regarding Responsibility Matters (JUL 2013) 52.216-1 Type Of Contract (APR 1984) 52.233-2, Service of Protest (Sep 2006) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Quoter Representations and Certifications-Commercial Items (JAN 2017) ADDITIONAL PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-16, Commercial and Government Entity Code Reporting (JAN 2016) 52.204-17, Ownership Or Control Of Quoter (JUL 2016) 52.211-6, Brand Name or Equal (AUG 1999) 52.223-1, Biobased Product Certification (MAY 2012) 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015) VAAR CLAUSES: The VAAR Clauses that may be applicable to this acquisition are: 852.203-70, Commercial Advertising (JAN 2008) 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-73 Brand Name or Equal (JAN 2008) 852.211-75, Product Specifications (JAN 2008) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 853.232-72 Electronic Submission Of Payment Request (NOV 2012) 852.233-71 Alternate protest procedure (JAN 1998) 852.246-71, Inspection (JAN 2008) Information concerning clauses and provision incorporated by reference may be obtained in Full text at https://www.acquisition.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to conduct business with or enter into a contract award with any company or its affiliates or otherwise, that pay for the information provided in this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0360/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0360 36C78618Q0360.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282156&FileName=36C78618Q0360-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282156&FileName=36C78618Q0360-000.docx
- File Name: 36C78618Q0360 S02 - 36C78618Q0360 - John Deere Tractor and Accessories - FINAL 050718.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282157&FileName=36C78618Q0360-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282157&FileName=36C78618Q0360-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0360 36C78618Q0360.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282156&FileName=36C78618Q0360-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;National Cemetery Administration (NCA);National Memorial Cemetery “ Pacific (Hawaii);2177 Puowaina Drive;Honolulu, HI 96813
- Zip Code: 96813
- Zip Code: 96813
- Record
- SN04913687-W 20180509/180507230937-1ebea6da5561e18f95c0cdf042669220 (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 |