Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2022 SAM #7369
SOLICITATION NOTICE

24 -- Purchase of 2 Bobcats Tractors

Notice Date
2/1/2022 1:56:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26222Q0365
 
Response Due
2/14/2022 10:00:00 AM
 
Archive Date
03/26/2022
 
Point of Contact
ositadima.ndubizu@va.gov, Ositadima Ndubizu, Phone: (562) 766-2252
 
E-Mail Address
Ositadima.Ndubizu@va.gov
(Ositadima.Ndubizu@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 services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Purchase 2 Bobcat Tractors 1.b. Description: VA Northern Arizona Healthcare System is seeking to purchase two Bobcat 5600 with different attachments. 1.c. Project Location: VA Northern Arizona Healthcare System, 500 Highway 89 North, Prescott, AZ 86313 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26222Q0365. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 333924, Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing. 1.g. Small Business Size Standard: 750 employees 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base + 4 options 1.j. Request for Information (RFI) should be submitted via email no later than 1pm PST Friday February 4th, 2022 to Ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Northern Arizona Healthcare System is seeking to purchase two Bobcat 5600 with different attachments. 2.2. Background. The reason for staying with Bobcat 5600 that is ideal for preparing rough grade, moving material around the job site, pushing silage or manure, or cutting or clearing ditches, as well as moving snow. We also have a lot of attachments for this equipment, and it would not be cost effective to replace the attachments with a new system. 2.3. Scope. The equipment must meet or exceed the following capabilities/specifications and be able to be attached to the Bobcat 5600. Any model or brand proposed must be compatible with all Bobcat 5600 attachments, parts and accessories. The equipment must include the following: Power Steering with Tilt Steering Wheel Radiator Screen Rear Receiver Hitch Seat Belts, Shoulder Harness Spark Arrestor Muffler Suspension, 4-wheel independent Tires: 27 x 10.5-15 (8 ply), Lug Tread Tool cat Interlock Control System (TICS) Two-Speed Transmission Adjustable Vinyl Seats All-Wheel Steer Automatically Activated Glow Plugs Auxiliary Hydraulics Variable Flow with dual direction detent Bob-Tach Boom Float Cargo Box Support Cruise Control Deluxe Operator Canopy includes: Front Window, Rear Window, with Front Wipers, and Electrical Power Port Lower Engine Guard Limited Slip Transaxle Engine and Hydraulic Monitor with Shutdown Front Work Lights Full-time Four-Wheel Drive Horsepower Management Roll Overprotective Structure (ROPS). Meets Requirements of SAE-J1040 & ISO 3471 Falling Object Protective Structure (FOPS). Meets Requirements of SAE-J1043 & ISO3449, Dome Light Hydraulic Dump Box Instrumentation: Hour meter, Job Hours, Speedometer, Tachometer, Fuel Gauge, Engine Temperature Gauge, and Warning Lights Joystick, Manually Controlled with Lift Arm Float Parking Brake, automatic Cab Enclosure with Heater & Air Conditioning High Flow Package 29 X 10.5 Trac Tire Attachment Control Power Bob-Tach WARRANTY REQUIRMENTS: Machine Warranty: 12 Months, unlimited hours Bobcat Engine Warranty: Additional 12 Months or total of 2000 hours after initial 12-month warranty ****INCLUDING THE FOLLOWING OPTIONS**** 1st BOBCAT OPTIONS: BOBCAT SP13 Sand and salt spreader with 13 cubic foot capacity hopper 7453395 BOBCAT 7185973 68-inch rock bucket 2ND BOBCAT OPTIONS: BOBCAT SP13 Sand and salt spreader with 13 cubic foot capacity hopper 7453395 55"" Utility Grapple 7176977 with Grapple Stop Kit 7120201 and 66"" Utility Fork, 9 Teeth 6725179 (to make one unit) 2.4. Performance Monitoring. The Contracting Officer Representative (COR) or Designee will monitor contractor performance. 2.5. Period of Performance. The period of performance will be 30 days from award date. Lead times for equipment delivery should be provided by potential vendors. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. c. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.6. Insurance Coverage The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Monday February 14th, 2022 to Ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with DUNS number 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of supplies 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/186e80045c244767a9978d29dd61cac1/view)
 
Place of Performance
Address: VA Northern Arizona Healthcare System 500 Highway 89 North, Prescott, AZ 86313, USA
Zip Code: 86313
Country: USA
 
Record
SN06229997-F 20220203/220201230112 (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.