Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOLICITATION NOTICE

24 -- 36C249-20-AP-1822 XR1245 Load All

Notice Date
4/30/2020 9:16:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0210
 
Response Due
5/11/2020 12:00:00 AM
 
Archive Date
05/26/2020
 
Point of Contact
Jennifer Harper, Contract Specialist Jennifer.Harper2@va.gov
 
E-Mail Address
Jennifer.Harper2@va.gov
(Jennifer.Harper2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
RFQ 36C24920Q0210 Page 1 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24920Q0210 Posted Date: 05/04/2020 Response Date: 05/11/2020 @ 2 PM CST Product or Service Code: 2420 Set Aside (SDVOSB/VOSB): Service-Disabled Veteran Owned Small Business NAICS Code: 333924 Contracting Office Address Network Contracting Office 9 ATTN: Jennifer Harper Department of Veterans Affairs 1639 Medical Center Parkway Suite 400 Murfreesboro, TN 37129 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation is a (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 / 3-30-2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924, with a small business size standard of 750 employees. The Network Contracting Office 9 is seeking to purchase a 12,000 lb. capacity rough terrain fork lift with a heated cab. This is a BRAND NAME OR EQUAL requirement for the Mountain Home VA Medical Center to procure a 12,000 lb. capacity rough terrain fork lift with a heated cab. SCHEDULE: Line Item Description Quantity Unit Price Total Price 1 MAKE/MODEL XR1245 Capacity: 12,000 lbs. @ 24"" load center (see load chart) Working Envelope: Engine: 45ftmax lift height, 30ft 4"" max forward reach Tier 4F CUMMINS 3.8L Diesel engine, 120 HP Transmission: Steering: Mast: Dana T20000 4 wheel, 2 wheel(front) & crab Roller boom with full load control Carriage Forks: Frame Leveling (sway): 60"" Shaft type fixed carriage 48"" x 2.25"" x 5"" Shaft mounted forks 11 degrees Left & Right (hydraulic via special hands-free ""Y"" bar) Outriggers: Tires: Factory installed wide stance hydraulic outriggers (4) 15.25 x 25 G2 foam filled Operator Compartment: Upgraded to enclosed cab with ONLY HEAT Light package: Front working lights Standard Features: Wider stance hydraulic outriggers, Tier4F diesel engine, heavy duty frame, chassis, and roller boom, full load control on roller boom (no wear pads), 11-degree frame leveling (left & right), machine rated boom lifting point, 48-gallon fuel capacity, Melonite pins & rollers (increases service life), auxiliary hydraulics (allows you to use hydraulic attachments), RAS (Rear Axle Stabilization), ""Y""-frame sway (frame leveling - see features sheet for photo), full time planetary 4wheel drive with center line engine drive train (for better all-around visibility), backup alarm, Open ROPS, adjustable suspension seat, quick attach boom (common fit), Xtreme service accessibility, Added Features: strobe light, 60"" wide fixed carriage, enclosed cab with heat, 48"" x 5"" x 2.25"" forks and delivery to: TN 37684 (Delivered to Mountain Home TN, 37684 Warranty: Xtreme offers one of the best warranties in the industry: This Xtreme forklift is warranted to be free from defect in material or workmanship for: - Ten (10) years or 10000hrs, whichever comes first, on the main frame and chassis weldment, -Five (5) years or 5000hrs, whichever comes first, on the boom weldment & boom rollers - Two (2) years or 2000hrs, whichever comes first, on the powertrain and all other components 1 EA Total SALIENT CHARACTERISTICS (EQUAL BRAND/MODEL ITEM MUST HAVE THE FOLLOWING FEATURES): NEW ROUGH TERRAIN Forklift Specification: Capacity Minimum: 12,000 lbs. @ 24 load center Working Envelope Minimum: Engine: 45ft max lift height, 30ft 4 max forward reach Diesel engine, 120 HP Steering: Mast: 4-wheel, 2 wheel (front) & crab Roller boom with full load control Carriage Forks: Frame Leveling (sway) Minimum: 60 Shaft type fixed carriage 48 x 2.25 x 5 Shaft mounted forks 11 degrees Left & Right (hydraulic via special hands-free Y bar) Outriggers: Tires: Factory installed wide stance hydraulic outriggers (4) 15.25 x 25 G2 foam filled Operator Compartment: Upgraded to enclosed cab with ONLY HEAT Light package: Front working lights Standard Features: Wider stance hydraulic outriggers, Tier4F diesel engine, heavy duty frame, chassis, and roller boom, full load control on roller boom (no wear pads), 11 degree frame leveling (left & right), machine rated boom lifting point, 48 gallon fuel capacity, Melonite pins & rollers (increases service life), auxiliary hydraulics (allows you to use hydraulic attachments), RAS (Rear Axle Stabilization), Y -frame sway (frame leveling see features sheet for photo), full time planetary 4wheel drive with center line engine drive train (for better all-around visibility), backup alarm, Open ROPS, adjustable suspension seat, quick attach boom (common fit), service accessibility Added Features: strobe light, 60 wide fixed carriage, enclosed cab with heat BASIS FOR AWARD: 1. FOB Destination shipping charges MUST be included in the quote for delivery to Mountain Home, TN 37684 2.� �All offers, and responses must be submitted electronically 3.�� Brand Name or equal. 4.� Requesting Service will review submitted quotes as Technical experts to determine if technically acceptable. 5.� Quotes will not be accepted after deadline. 6. At this time frame, no extension on closing date. 7. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, lead time and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall complete the above pricing schedule. Not completing the pricing will result in unsuccessful quote. Price will be evaluated based on the best value to the government. The Government intends to award a contract resulting from the RFQ. Award will be made on the basis of the lowest evaluated price of a quote meeting the acceptability standards for non-cost factors and deemed to be responsible. Non-cost factors such as terms of product warranty and lead time will be considered when making a best value determination. Quotes shall be submitted via e-mail. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ Vendors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers Award: The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and, in the format, specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. SHIPMENT OF HARDWARE: Inspection: Destination Acceptance: Destination Free on Board (FOB): Destination Ship To: POC: James Haney James.Haney@va.gov 423-926-1171 Ext 7830 Address: Mountain Home VA Medical Center Corner of Lamont & Veterans Way Mountain Home, TN 37684 DEADLINE AND DELIVERABLES: Offers must be submitted NLT 11 May 2020 by 2:00PM (CST). Any questions/Requests for Information (RFI s) must be submitted in writing to Jennifer.Harper2@va.gov NLT 6 May 2020 by 1:00PM (CST). Please provide a quote assuming a Firm Fixed Price contract. Award is made in the aggregate, all or none and must include shipping. POINT(S) OF CONTACT: VA Contract Specialist: Name: Jennifer Harper Address: Department of Veterans Affairs NCO 9 Network Contracting Office 1639 Medical Center Parkway Suite 400 Murfreesboro, TN 37129 Voice: 615-225-5619 Email: Jennifer.Harper2@va.gov CLAUSES/PROVISION: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.204-13 52.204-18 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE OCT 2018 JUL 2016 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS OCT 2018 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS MAR 2020 52-232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-70 Equipment Operation and Maintenance Manuals. The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s) # 1. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR �125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 52.211-6 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING BRAND NAME OR EQUAL JULY 2016 AUG 1999 52.212-1 INSTRUCTIONS TO OFFERORS OCT 2018
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf3c7aa74ec54285b8da692dfb6e5dac/view)
 
Place of Performance
Address: Department of Veterans Affairs;Mountain Home VA Medical Center;Corner of Lamont & Veterans Way;Mountain Home, TN 37684, USA
Zip Code: 37684
Country: USA
 
Record
SN05641447-F 20200502/200430230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.