Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2022 SAM #7427
SOLICITATION NOTICE

23 -- Heavy Duty Mobile Mechanic Service Truck

Notice Date
3/30/2022 2:36:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0322
 
Response Due
4/8/2022 5:00:00 PM
 
Archive Date
04/23/2022
 
Point of Contact
rex.maughan@va.gov, Phone: 3608162769
 
E-Mail Address
Rex.Maughan@va.gov
(Rex.Maughan@va.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SUBJECT* 663-22-2-9961-0065 F600 Truck Powertrain�� GENERAL INFORMATION CONTRACTING OFFICE�S ZIP CODE* 98661 SOLICITATION NUMBER* 36C26022Q0322 RESPONSE DATE/TIME/ZONE 04-08-2022 17:00 PACIFIC TIME, LOS ANGELES, USA ARCHIVE 15 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE SDVOSBC PRODUCT SERVICE CODE* 2320 NAICS CODE* 336120 CONTRACTING OFFICE ADDRESS ATTN: V4CONT Network Contracting Office 20 1601 E. Fourth Plain Blvd Vancouver WA� 98661 POINT OF CONTACT* Contract Specialist Rex Maughan rex.maughan@va.gov (360) 816-2769 PLACE OF PERFORMANCE ADDRESS DEPARTMENT of VETERANS AFFAIRS PUGET SOUND HEALTH CARE (663) 9600 Veterans Dr. SW TACOMA WA. POSTAL CODE 98493 COUNTRY USA ADDITIONAL INFORMATION AGENCY�S URL URL DESCRIPTION AGENCY CONTACT�S EMAIL ADDRESS rex.maughan@va.gov EMAIL DESCRIPTION DESCRIPTION Combined Synopsis/Solicitation for 36C260-22-AP-1577 Brand Name or Equal to 100% for SDVOSB Set Aside 1.� This is a combined synopsis/solicitation for F550 or F600 Heavy Duty Mechanic Service Truck. Brand Name or Equal to as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation RFQ 36C26022Q0322 is being issued as a Request for Quotation.� This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR).� This solicitation is issued as an RFQ. �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2022-04 effective 01/30/2022. 2.� This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 336120 Heavy Duty Truck Manufacturing, Size Standard 1,500 employees. Offerors must be registered at https://vetbiz.va.gov, in order to be considered for award.� The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Proprietary Letter required. 3.� FAR Clauses 52.212-1 through 52.212-5 apply to this procurement.� For the exact text and wording of clauses and provisions please see https://www.acquisition.gov.� The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4.� Description of supplies:� The following are salient characteristics needed for Puget Sound VAMC requires the procurement of the BRAND NAME or Equal to: F550 or F600 Heavy Duty Mechanic Service Truck Brand Name or Equal to: Heavy Duty Mobile Mechanic Service Truck Manufacturer: FORD F550 or 600 Salient Characteristic Features Mobile Mechanic Service Truck VA Puget Sound RFQ# 36C26022Q0322 VA PSHCS is requesting a mechanic service truck to provide mobile service of VA Fleet Vehicles, housekeeping equipment and grounds equipment at Seattle VA, American Lake VA and all surrounding CBOCs.� The following specifications are the basic needs of a mobile mechanic service truck.� The following are Brand Name or Equal to: Preferred model: New 2021 / 2022 Ford 550 or F600 Regular Cab 4x4 6.7L Powerstroke Turbo diesel engine 10 speed TorqShift Automatic Transmission 22,000lb GVWR Mechanic Service Body: HD galvanneal body with 52,000 ft/lb. at the back and 43,000 ft/lb. on the sides. Integrated crane box transfers load directly to stabilizers thus reducing stress on the chassis. 1st and 2nd curbside vertical compartments raised to 58�. The remainder of curbside, and all streetside compartments are standard at 46-1/2� high and all cabinets are X 22� deep: Heavy Duty 8-drawer tool storage unit (1-7�, 2-5�, 5-3� drawers with dividers) Oxy/Ace bottle bracket, bulkhead divider, 2 ea. adjustable/removable Master body control panel, stabilizer controls, ��x50� spring rewind air hose reel and �� filter/regulator/lubricator unit for air system. 49-3/4� wide Cargo floor with 1/8� tread plate 6 each flush mount tie-downs in floor with drain holes Tailgate with latch with a 20� workbench bumper with compartment and locking side doors or similar. Class 5 extra duty hitch with a 2� integrated hitch receiver with required supports and safety chain holders installed at the rear of work bumper. 7- way trailer electrical receptacle with spade connectors wired to chassis lighting circuit and electric brake controller.���������� Stainless steel hinges, 3-point, keyed-alike door latches and gas strut spring door props for all body doors. Manual master door locking system Shelf kit with adjustable shelves. (See below for qty. & location). Sealed body connections for electrical, hydraulic, air and oil lines. ICC/DOT LED body lighting, reflector, and mud flap packages. Fuel fill and DEF fill pockets installed in streetside wheel well area � PTO and Hydraulic System Features installed on Chassis: 2022/2021 Super Cab, 4x4 � or similar capacity 6.7L Power stroke turbo diesel engine with Torque Shift 10 speed transmission 19,500lb GVWR Power windows & power locks Air conditioning Integrated brake controller Hot Shift PTO for automatic transmission Single stage hydraulic gear pump with priority flow controller to allow operation of crane and compressor. Hydraulic reservoir installed in forward cargo area of body. Auto Crane with stabilizer with Max Cap 7,000 lbs. and radio remote control system Air Compressor and Welder/generator Features: Rotary or reciprocating air compressor 40 CFM @ 150 PSI delivery @ 100% duty cycle. Integrated hydraulic cooler with automatic cold weather soft start system. 1 each 10-gallon underbody ASME air receiver tank with remote drain. ��� Filter/Regulator/Lubricator unit for air system. Engine driven welder/generator � diesel 1800 RPM Engine Idle Speed Auto-Speed engine weld speed (1800, 2400, 2800, 3200, or 3600 RPM) Fuel type � diesel (12-gal fuel tank) 24.8 HP 10500 W single phase continuous power generator Lighting Features: Body Control Panel installed in crane compartment, includes Compartment & Work Light switches. Compartment Light Package LED Strip lights with panel mounted switch. Work Light Package, 2 each 12 VDC, LED lights mounted on rear of body. Safety Features: ICC Safety Kit tri-angle hazard markers and 2.5 lb. fire extinguisher. Back � up Alarm electric, 94 dB @ 10�. Finishing Features: Gray or White paint color preferred GROUND DELIVERY REQUIRED Due to Puget Sound�s warehouse and loading dock area these trucks cannot be unloaded via forklift and will need to be lowered off the delivery truck via a lift on the flatbed truck or ramp. ITEM INFORMATION Brand Name or Equal to: Mobile Mechanic Service Truck Manufacturer: FORD F550 or 600 DESCRIPTION�Chassis F550 or F600 (BRAND NAME OR EQUAL TO) Line 1 QTY 1 UNIT COST Total Cost DESCRIPTION:�Body & Equipment price installed on chassis Line 2 QTY 1 UNIT COST Total Cost Delivery via Ground Delivery to: DEPARTMENT of VETERANS AFFAIRS PUGET SOUND HEALTH CARE 9600 VETERANS DRIVE SW TACOMA, WA. 98493 �5. This combined synopsis & solicitation notice is a request for competitive quotations.� Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. This is a �Brand Name or Equal to� requirement.� As such, the salient characteristics reflect the physical, functional, or performance characteristics products must meet to satisfy the Government�s needs.� a. Meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number.�� b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the items meet or exceeds the salient characteristics required by the Government. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price.� All non-price factors technical capability is significantly more important than price. 8. Delivery shall be within (180) days from the time of award. Shall be delivered to Puget Sound Health Care 9600 Veterans Dr. SW Tacoma, WA. 98493. FOB Destination - Ground Delivery. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6��������� Brand Name or Equal (AUG 1999) 52.214-21������� Descriptive Literature (APR 2002) 10. 52.212-2 EVALUATION�SIMPLIFIED ACQUISITION PROCEDURES (a)������� Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proprietary Letter required. 1. ������� Ability to meet brand name or equal description listed in the Salient Characteristics and provide Descriptive Literature to support in that decision. 2.�������� Then a comparative price evaluation will be conducted, of those vendors, and an awardee selected. (b)������� 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. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.211-6��������� Brand Name or Equal (AUG 1999) 52.204-13������� System for Award Management Maintenance 52.204-18������� Commercial and Government Entity Code Maintenance 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors 52.247-34������� �F.O.B. Destination � Ground Delivery 852.203-70����� Commercial Advertising (JAN 2008) 852.212-71 ���� Gray Market Items. 852.219-10����� VA Notice of Total SDVOSB Set-Aside 852.219-10DEV VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE��� (JUL 2019) (NOV 2020) (DEVIATION) 852.232-72����� Electronic Submission of Payment Requests 852.246.71����� Rejected Goods 13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28������� Post Award Small Business Program Representation (JUL 2013) 52.222-3�������� Convict Labor (June 2003) (E.O. 11755). 52.222-19������� Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21������� Prohibition of Segregated Facilities (APR 2015) 52.222-26������� Equal Opportunity (APR 2015) 52.222-36������� Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50������� Combating Trafficking in Persons (MAR 2015) 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3��������� Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13������� Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33������� Payment by Electronic Funds Transfer�System for Award Management ����������������������� (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms, or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to rex.maughan@va.gov ����� PLEASE MAKE THE SUBJECT: RFQ# 36C26022Q0322������ The solicitation closes at 17:00 PST on 04/08/2022 � All questions must be submitted by 03/25/2022 14:30 PST no questions will be accepted after 3/25/2022 all answers to potential questions will be answered posted via amendment to RFQ# 36C26022Q0322 on BETA.SAM to maintain transparency and give all offerors a chance to compete. If you have a question for this solicitation, please make the subject QUESTIONS FOR RFQ # 36C26022Q0322. No QUESTIONS WILL BE ANSWERED VIA PHONE or Orally. No late quotations will be accepted. Please email all quotes via email to rex.maughan@va.gov NO HAND DELIVERED OR MAILED IN QUOTES TO THE CONTRACTING ACTIVITY WILL BE ACCEPTED. 17. For information regarding solicitation, please contact Rex Maughan at rex.maughan@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c813708bea34408d952fb09d1a3f7ce0/view)
 
Place of Performance
Address: Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06284169-F 20220401/220330230103 (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.