SOLICITATION NOTICE
38 -- One (1) Wacker Nueson EW65 wheeled Excavator for interments at the Sarasota National Cemetery.
- Notice Date
- 6/26/2020 12:58:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78620Q0294
- Response Due
- 7/8/2020 7:00:00 AM
- Archive Date
- 09/06/2020
- Point of Contact
- (703)630-9353, HUGH O'NEIL, Phone: 703-630-9353
- E-Mail Address
-
hugh.oneil@va.gov
(hugh.oneil@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1 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 36C78620Q0294 is issued as a Request for Quotation (RFQ) from interested bidders. We anticipate a 100% Veteran Owned Small Business (SDVOSB) Open Market set-aside for this procurement so this requirement will be a SDVOSB Set Aside. To receive consideration as an SDVOSB concern, your company must have a current 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 333120 Construction Machinery Manufacturing with a size standard in number of employees at 1,250 employees. Any interested Offeror that does not meet the capability and size standard under this NAICS code, should not submit a response to this Combined Synopsis/Solicitation request. Offerors must be currently registered in 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 FAR 52.204-8 Representations and Certifications (Reps and Certs) information must also be current in SAM database to qualify to receive a contract award. Description of Commodity Need: The Cape Canaveral National Cemetery has an immediate need for the following: One (1) EW65 Wheeled Excavator Item Specifications for EW65 Wheeled Excavator: EW65 Technical Specifications: Operating Data: Shipping weight min. 14,268 lb Operating weight 14,892 17,643 lb Biting force max 6,924 lbf Breakout force max 11,398 lbf Digging depth max 150.8 in Digging height 165.6 172.8 Digging radius max 256.1 in Superstructure slewing speed 9 rev/min Engine/Motor Engine/Motor manufacturer Perkins Diesel engine Engine/Motor type 404F-22TA Engine/Motor liquid-cooled 4-cylinder turbo in-line engine Displacement 135.2 in RPM/Speed 2,800 rpm Engine performance according to ISO 67hp Battery 88 CCA Fuel tank capacity US gal Hydraulic System Duty pump Variable displacement pump and double hydraulic gear pump Max flow rate 38.04 + 22.59 US gpm Operating pressure for working hydraulics 3,481 psi Operating pressure for driving hydraulics 6,092 psi Undercarriage Tires 7.5 15 14 PR Twin Tires Track width 11.8 in Ground Clearance 9.3 in Travel speed max 18.6 mph Dozer Blade Width 82.1 in Height 16.9 in Stroke Above ground 15.6 in Stroke Below ground 11.9 in Sound level Sound level (LwA) according to 2000/14/EC 97 dB(A) Maintenance: Here at Sarasota National Cemetery, we do not have a maintenance mechanic on duty so having the vendor who can supply parts and quick repairs is essential and much more cost effective. The current machine is made by Hyundai, and parts are only available is Korea, making it a long wait time to receive parts for repairs. Local parts and service support would be provided by the local Wacker Nueson dealer. There would be major reduced turnaround on maintenance and parts. Submitting Quote: Offerors shall submit their quote (in .pdf format only) on company letterhead and must include the following additional information: Item description as specified above Unit price/Unit quantity/Overall Total Pricing Applicable Shipping/Handling Charges (including set-up, if applicable) Proposed delivery date Company Name, address, telephone number, email address of Offeror Company DUNS number Confirmation of your company s current status as a Veterans Information Pages (VIP) certified Service Disabled/Veteran Owned Businesses (SDVOSB/VOSB) concern. Certification (must be active/current). Proof of current System for Award Management (SAM ) registration (completed copy of FAR 52.212-3 - Offerors Representations and Certifications- Commercial Items). Terms any express warranty (if applicable) Offerors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offerors 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 Offeror whose Quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quote submitters must meet the required equipment, salient, physical, functional, characteristics as brand name or equal. 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. 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 features involved in meeting the requirements and whether the Offeror s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical Quotes, if deemed necessary by Offeror 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 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 responsibility and ability the databases include, but are not limited to: DUNS, PPIRS, EPLS, VetBiz (VIP) and SBA. ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACTING OFFICER ONLY! Please do not contact the Sarasota National Cemetery regarding this solicitation. Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. *NOTE*: IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION AND RECEIPT OF THEIR QUOTES TO THE DESIGNATED CONTRACTING OFFICER (CO). Due Date for Final Quote Submission: Quotes must be received by 11:59 p.m. (Eastern) July 8, 2020 and are to be emailed to Hugh O Neil at Hugh.ONeil@va.gov. *NOTE*: IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION AND RECEIPT OF THEIR QUOTES TO THE DESIGNATED CONTRACTING OFFICER (CO). 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. Under paragraph B, the following clauses are incorporated: 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (JAN 2017). PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-3, Gratuities (APR 1984) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle Blower Rights (APR 2014) 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) 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 Offerors- Commercial Items (JAN 2017) 52.209-5, Certification Regarding Responsibility Matters (OCT 2015) 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or Felony Conviction Under Any Federal Law (DEVIATION) (MAR 2012) 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) 52.237-1 Site Visit (APR 1984) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Offeror 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) 52.204-7, System for Award Management (JUL 2013) 52.204-16, Commercial and Government Entity Code Reporting (JAN 2016) 52.204-17, Ownership Or Control Of Offeror (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) 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) 852.228-70, Bond Premium Adjustment (JAN 2008) 853.232-72 Electronic Submission Of Payment Request (NOV 2012) 852.233-71 Alternate protest procedure (JAN 1998) 852.246-71, Inspection (JAN 2008) 852.270-1, Representatives of Contracting Officers (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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/225425c945444788aec6aa1b6b009384/view)
- Place of Performance
- Address: Department of Veterans Affairs National Cemetery Administation Sarasota National Cemetery 9810 State Rd 72, Sarasota, FL 34241, USA
- Zip Code: 34241
- Country: USA
- Zip Code: 34241
- Record
- SN05704865-F 20200628/200626230150 (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 |