Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2021 SAM #7227
SOLICITATION NOTICE

23 -- Utility Vehicles

Notice Date
9/12/2021 7:48:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q1276
 
Response Due
9/17/2021 10:00:00 AM
 
Archive Date
10/02/2021
 
Point of Contact
Peter Kim, Contracting Officer, Phone: (562) 766-2203
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 5 0001 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 To all Offerors/Bidders 36C26221Q1276 X X X This amendment is issued to post an updated SOW to clarify that the utility vehicles shall use diesel fuel. All other terms and conditions remain unchanged. Page 5 of 5 3. BACKGROUND. VA Long Beach Healthcare System (VALBHS) is looking to procure utility carts to meet expanding personnel transport requirements. These carts are required to traverse the campus with landscaping and groundskeeping tools and utilities, such as irrigation equipment. These carts are also used to carry heavy loads, associated with groundskeeping and waste management. 4. SCOPE. The contractor shall provide all labor, materials, equipment, transportation, delivery, one-year service plan, and a minimum two (2) year limited warranty. Vehicles shall be TORO Workman Auto HDX, or equivalent. 5. SPECIFC REQUIREMENTS 5.a. Delivery is required within sixty (60) days of order receipt to the VALBHS facility for acceptance by the VA Point of Contact (POC). 5.b. Contractor shall ensure that products are in acceptable quality and working order as determined by the VALBHS and provide acceptable replacements or repair within 48 hours of notification. 5.c. Contractor shall provide manufacturer s service contract for 12 months plus an option for an additional 12 months. 5.d. Contractor shall tag all equipment to include contents. 5.e. Contractor shall include purchase order number on all shipping labels. 5.f. Contractor shall not place any unit into production without clearance from the VALBHS POC. 6. SALIENT CHARACTERISTICS 6.a. Engine must be 28hp, Kohler LH775 Twin-cylinder, Liquid-cooled electronic fuel injection, with displacement not exceeding 747 cc. 6.b. The utility vehicle must run on DIESEL fuel only with no exception. 6.c. Transmission must have variable speed transmission with forward high-low range and reverse featuring. 6.d. Maximum Payload capacity allowable speed for utility vehicle shall not exceed forward low range 11 mph/forward high range 20 mph and Reverse 13 mph. 6.e. Vehicle shall have 4WD fully automatic on-demand system so that in the event of rear tire slippage, clutches transmit power proportionally to front wheel with highest traction. 6.f. Maximum machine weight to include bed capacity must not exceed 1,935 lbs. 6.g. Maximum allowable load capacity for utility vehicle must not exceed 3,265 Ibs including two 200Ib passengers. 6.h. Clearance Circle of vehicle must be inside 100"" (254 cm); Outside = 300"" (726 cm) 6.j. Ground Clearance must be 7"" (18 cm) with no load. 6.k. Utility vehicle must come with Differential Lock Electronic switch to engage rear differential lock. 6.l. Must have Front independent suspension with dual A-frame control arms, dual coil springs and dual shock absorbers with anti-sway bar. Suspension shall have at least 5.75 (14.6 cm) travel. 6.m. The utility vehicle shall have 4-wheel hydraulic disc brake system. 6.n. Utility vehicle must be certified to meet SAE J2258, and certified to meet ISO/DIS 21299 for Roll Over Protection System. Engine must meet all applicable emission standards per the manufacturer and be certified to meet the CE Machinery Directive. 6.o. The vehicle shall come with a two-year limited warranty. 6.p. Tow Hitch shall have a 600 Ibs tongue weight, 3500 Ibs trailer weight 6.q. The vehicle shall have a hard cab, with ROPS and be CE certified. Vehicle shall have vented front glass windshield, interior dome light and a 2-speed windshield wiper and mirrors. 6.r. The vehicle shall have a door kit for the hard cab. Operator door shall have a sliding window for ventilation and ability to access exterior elements such as an identification badge security entry. Passenger door shall have a solid window. 6.s. The vehicle shall have a cab rear view mirror kit, with a wide-angle interior mirror. 6.t. The vehicle shall have turn signal lights for both corners in the front and rear of vehicle and brighter beam headlights. 6.u. The vehicle shall have an LED work light kit which consists of (2) front facing and 1 rear facing work lights all mounted on top of ROPS bar. 6.v. The vehicle shall have a rear mounted, 540 RPS, PTO shaft mechanically driven by transaxle. 6.w. The vehicle shall have a heater kit for use with cab which shall have adjustable temperature and 2-speed fan. 6.x. The vehicle shall come with the following accessories. 6.x.1. Back Up Alarm Kit. Provides an audible alarm when vehicle is in reverse. 6.x.2. 12v horn kit. 6.x.3. Trash Can Rack. 6.x.4. Working Wash Bottle. 6.x.5. Exterior Mirrors. 6.x.6. Bucket Seat Kit. 6.x.7. Beacon Light Kit. 7. Contractor Qualifications. Offerors must be Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM or its Authorized Distributor. 8. GENERAL REQUIREMENTS 8.a. Rules of the Station: Contractor shall comply with all rules of the facility, including security badging, non-smoking and privacy, and reporting to the station POC upon arrival at the facility. 8.b. Smoking Policy. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 8.c. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus. 8.d. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the individual VA Healthcare System Police Station 8.e. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 8.f. Personnel Requirements: Refusal of Contractor s Personnel: The Government reserves the right to accept or reject Contractor s staff for the rendering of services. Complaints concerning Contract Personnel performance or conduct shall be dealt with by the Contractor, and/or the station POC with the final decision made by the Contracting Officer. 8.g. Performance Monitoring. The station POC will monitor contractor performance. The station POC will certify the work was done in accordance with the SOW. The station POC will inspect the system once the service has been completed and the system is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the COR. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. 8.h. Work Hours: Normal work hours are 6am - 4pm Monday thru Friday. 8.h.1 The contractor is not required to provide service on the following National holidays, nor shall the contractor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 8.j. Changes to contract: Only those services specified herein are authorized. The Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. 8.k. Safety 8.k.1. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 8.k.2. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 8.k.3. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, NFPA 99, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 8.k.4. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, shall be immediately corrected. If the Contractor fails or refuses to correct deficiencies promptly, the station POC may issue an order stopping all, or any part, of the work. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/58efec34c5d1490799388f510612dc21/view)
 
Place of Performance
Address: VA Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06129753-F 20210914/210912230115 (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.