Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2020 SAM #6876
SOLICITATION NOTICE

24 -- Tractor w/Belly Mower Brand Name or Equal

Notice Date
9/24/2020 3:20:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920Q0812
 
Response Due
9/25/2020 11:00:00 AM
 
Archive Date
12/24/2020
 
Point of Contact
Gerald McClure, Contract Specialist, Phone: 970-242-0731 x3875
 
E-Mail Address
gerald.mcclure@va.gov
(gerald.mcclure@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25920Q0808 (Title) Tractor w/Belly Mower 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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to (gerald.mcclure@va.gov) no later than 2:00pm EST, (9-25-2020). Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB size limitation per email). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is (36C25920Q0808). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2020-08 effective August 13, 2020. The North American Industrial Classification System (NAICS) code for this procurement is (333111) with a small business size standard of (1250 Employees). This solicitation is a 100% set-aside for service-disabled veteran-owned small business (SDVOSB) concerns. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; Kubota BX Series Tractor or equal Make/Model Equivalent; BX2680TV60 1 Ea. _____________ _____________ 0002 Description; Cab Heater Make/Model Equivalent; BX4071 1 Ea. _____________ _____________ 0003 Description; Double-acting Rear Remote Valve Make/Model Equivalent; BX2419 1 Ea. _____________ _____________ 0004 Description; Dust Cover for 60 Sweeper Make/Model Equivalent; BX2815 1 Ea. _____________ _____________ 0005 Description; 60 Heavy Duty Rotary Sweeper w/Hydraulic Angle Make/Model Equivalent; BX2814A 1 Ea. _____________ _____________ 0006 Description; 60 Heavy Duty Front Blade Make/Model Equivalent; BX2812A 1 Ea. _____________ _____________ 0007 Description; 3rd Function Valve Make/Model Equivalent; BX2412 1 Ea. _____________ _____________ 0008 Description; 32 Pallet Forks Make/Model Equivalent; K9184 1 Ea. _____________ _____________ 0009 Description; Front Loader w/Guard & 2Lever QA Bucket Make/Model Equivalent; LA344S 1 Ea. _____________ _____________ 0010 Description; Rod Indicator Make/Model Equivalent; BX2411 1 Ea. _____________ _____________ 0011 Description; Deluxe Cab w/AC (Dealer Installed) Make/Model Equivalent; BX4070 1 Ea. _____________ _____________ 0012 Description; Tool Box Kit Make/Model Equivalent; BX3058 1 Ea. _____________ _____________ 0013 Description; Hydraulic Angulation Kit for 60 & 72 Straight Blade Make/Model Equivalent; B2671 1 Ea. _____________ _____________ 0014 Description; Cab Seal Kit Make/Model Equivalent; BX4077 1 Ea. _____________ _____________ 0015 Description; Cab Rear LED Lights Make/Model Equivalent; BX4075 1 Ea. _____________ _____________ 0016 Description; Cab Front End LED Lights Make/Model Equivalent; BX4074 1 Ea. _____________ _____________ 0017 Description; Cab Rear Wiper Make/Model Equivalent; BX4073 1 Ea. _____________ _____________ 0018 Description; Cab Front Wiper Make/Model Equivalent; BX4072 1 Ea. _____________ _____________ 0019 Description; Bolt-On Cutting Edge Make/Model Equivalent; BX2414 1 Ea. _____________ _____________ 020 Description; KCONNECT PTO System for BX2810 PNF Make/Model Equivalent; BX2811 1 Ea. _____________ _____________ 0021 Description; 4Point Front Hitch Make/Model Equivalent; BX2810 1 Ea. _____________ _____________ 0022 Description; Two Lever Q.A. Pallet Fork Frame Make/Model Equivalent; BX2415 1 Ea. _____________ _____________ 0023 Description; 2 yr. BX2680TV60 Extended Warranty (3000 hrs.) Make/Model Equivalent; 1 Ea. _____________ _____________ 0024 Description; 2 yr. Front Loader w/Guard & 2Lever QA Bucket Extended Warranty Make/Model Equivalent; 1 Ea. _____________ _____________ Description of Requirements for the items to be acquired (salient characteristics); a) 1-4WD sub-compact tractor b) 1-CAB HEATER c) 1-DOUBLEACTING REAR REMOTE VALVE d) 1-DUST DELECTOR FOR 60"" SWEEEPER e) 1-60"" HEAVY DUTY ROTARY SWEEPER WITH HYDRAULIC ANGLE f) 1-60"" HEAVY DUTY FRONT BLADE g) 1-3RD FUNCTION VALVE h) 1-32"" PALLET FORKS i) 1-FRONT LOADER W/GUARD & 2LEVER BUCKET j) 1-ROD INDICATOR k) 1-DELUXE CAB WITH AC l) 1-TOOLBOX KIT m) 1-HYDRAULIC ANGULATION KIT FOR 60"" AND 72"" STRAIGHT BLADE n) 1-CAB SEAL KIT o) 1-CAB REAR LED LIGHTS p) 1-CAB FRONT LED LIGHTS q) 1-CAB REAR WIPER r) 1-CAB FRONT WIPER s) 1-BOLT ON CUTTING EDGE t) 1-KCONNECT PTO SYSTEM u) 1-4 POINT FRONT HITCH v) 1-TWO LEVER Q.A. PALLET FORK FRAME w) 2 year extended warranty (3000 HRS) x) 2year extended warranty on front loader and bucket Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at (VA Medical Center, 1011 Honor Heights Dr., Muskogee, OK 74401) 52.212-1, Instructions to Offerors--Commercial Items ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.  All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical Capability and (II) Price Volume I - Technical Capability 1. The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability 1. The Government will evaluate equal products on the basis of information furnished by the offeror or identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer. The product(s) quoted is determined technically acceptable provided it meets the salient physical, functional, or performance characteristic of the product(s) specified in this solicitation. 2. The Government will evaluate the responses an SDVOSB offeror provides to the four (4) questions stated in FAR 52.212-1, Instructions to Offerors, to verify an SDVOSB s nonmanufacturer qualifying status. If an SDVOSB fails to respond yes to all four (4) questions, their quote will be determined technically unacceptable and ineligible for award. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) [If $25K - $182K] FAR 52.225 5 Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) [If $182K - $250K] FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 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/ The following FAR clauses are incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.209-11 Representations by Corporations Regarding Delinquent Tax Liability or a Felony Conviction FAR 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70 Commercial Advertising (NOV 2008) VAAR 852.211-70 Service Data Manuals, (NOV 1984) VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019 Deviation) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-71 Rejected Goods 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(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) The following VAAR provisions are to be incorporated by reference: None The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to (gerald.mcclure@va.gov) by 2:00pm EST, (9-25-2020). Name and email of the individual to contact for information regarding the solicitation: (Gerald McClure) (gerald.mcclure@va.gov)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b87599c7387a49d7b5c3f5bb359e4eaa/view)
 
Place of Performance
Address: Department Of Veterans Affairs VA Medical Center Attn: Warehouse 1011 Honor Heights Dr., Muskogee, OK 74401, USA
Zip Code: 74401
Country: USA
 
Record
SN05810200-F 20200926/200924230215 (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.