SOURCES SOUGHT
24 -- JOHN DEER UTILITY TRACTOR LOADER BRAND NAME OR EQUAL
- Notice Date
- 5/18/2021 2:17:07 PM
- Notice Type
- Sources Sought
- NAICS
- 333112
— Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24621Q0707
- Response Due
- 5/21/2021 1:00:00 PM
- Archive Date
- 06/20/2021
- Point of Contact
- Chellry Whittier, Contracting Officer, Phone: 757-728-7125
- E-Mail Address
-
chellry.whittier@va.gov
(chellry.whittier@va.gov)
- Awardee
- null
- Description
- 36C24621Q0707 Page 3 of 3 This is a SOURCES SOUGHT only pertaining to brand name or equal item(s) for the W. G. Hefner Salisbury VA Medical Center. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Small Businesses. The North American Industry Classification System (NAICS) number is 333112 LAWN and GARDEN TRACTOR and HOME LAWN and GARDEN EQUIPMENT MANUFACTURING, Tractors and attachments, lawn and garden-type, manufacturing applies to this acquisition, with a size standard of 1,500 Employees. Interested firms are reminded that in accordance with FAR 4.1201(a), Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award. Any vendor that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/ and meet the requirements of FAR 19.102. Any vendor that believes they are capable and desires to claim preference for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) status must be registered with the VIP at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. A Contractor that proposes to provide a supply that is not manufactured by their organization (nonmanufacturer) shall meet the requirements of FAR 19.102(f). The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Additionally, all companies that are distributors must have a manufacturers letter stating that they are an authorized distributor or reseller to prevent any Gray Market warranty issues. If you have an equal item that you would like considered, please provide a brochure, pictures, and all documentation that identifies how the equal item meets or exceeds the minimum requirements outlined in the salient characteristics. Please provide documentation that your company is an authorized distributor for those items for any items that you provide. All interested Offerors should submit information to: Chellry Whittier Contracting Officer Department of Veterans Affairs NCO-6 Hampton, VA chellry.whittier@va.gov All responses shall be submitted no later than 21 May 2021 @ 4:00 p.m. EDT. Please reference 36C24621Q0707. Responses shall include: Business Name and Address GSA Contract Number, if applicable Point of Contact Name, Phone Number, and Email Address DUNS number Business Size SMALL or LARGE Business socio-economic group, i.e., SDVOSB, VOSB, Hub Zone, etc. Provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below A concern that is not a manufacturer of the supply shall provide the manufacturer's name and size standard. If the concern is the manufacturer and the sole distributor, please provide documentation to that effect. Contractor must be registered with https://www.sam.gov To be considered SDVOSB/VOSB, must be registered in VIP (https://www.vip.vetbiz.gov). Supplies are to include only TAA-compliant items. The contractor must clearly identify not TAA-compliant items should the contractor choose to offer a quote if an RFQ is published. Supplies being offered shall have the salient characteristics of John Deere Utility Tractor 5065E: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA _____________ ____________ JOHN DEERE UTILITY TRACTOR MODEL 5065E PART NUMBER 1746LV 12F/12R POWRREVERSER TRANSMISSION 540/540E (PR) LOADER PREP PACKAGE STANDARD CAB DUAL MID VALVES W/JOYSTICK CONTROL 16.9-24 6PR R4 BIAS MECHANICAL FRONT WHEEL DRIVE (FMWD) 12.5/80-18 6PR I3(R4 TYPE) BIAS LEFT-HAND TELESCOPIC DRAFT LINK RIGHT-HAND TELESCOPIC DRAFT LINK BACKUP ALARM KIT REAR TIRE FILL FIRE EXTINGUISHER LOCAL STOCK NUMBER: 5065E 0002 1.00 EA ___________ ___________ JOHN DEERE 520M LOADER PART NUMBER 14B0P 520m STANDARD FARM LOADER, NON-SELF-LEVELING TWO FUNCTION TWO-FUNCTION HOSES AND PARTS WITH QUICK COUPLER CONNECTION JOHN DEERE 500-STYLE CARRIER 1850-MM (73 ) GENERAL-PURPOSE BUCKET LIFT CAPACITY 3500 LBS. LOCAL STOCK NUMBER: 520M GRAND TOTAL ___________ DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b082f0c78a2c4b83a6d472eef1d2e9ea/view)
- Place of Performance
- Address: Department of Veterans Affairs W. G. Hefner Salisbury VA Medical Center Engineering Service 1601 Brenner Avenue, Salisbury 28144-2515
- Zip Code: 28144-2515
- Zip Code: 28144-2515
- Record
- SN06006253-F 20210520/210518230121 (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 |