Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2022 SAM #7442
SOLICITATION NOTICE

23 -- BSL: Utility Vehicle

Notice Date
4/14/2022 12:24:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0408
 
Response Due
4/20/2022 1:00:00 PM
 
Archive Date
05/20/2022
 
Point of Contact
Ladell D Holmes, Ladell Holmes, Phone: (360) 816-2763
 
E-Mail Address
Ladell.Holmes@va.gov
(Ladell.Holmes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation For 36C260-22-AP-1087 1. This is a combined synopsis/solicitation for a Utility Vehicle, Brand Name or Equal 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 (RFQ36C26022Q0408) 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). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) code is NAICS 336112 (Light Truck and Utility Vehicle Manufacturing), Size Standard 1,500. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.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. 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 http://farsite.hill.af.mil. 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 Boise VAMC requires the procurement of a Utility Vehicle that will allow Supply Chain Management to continue to service the outer buildings on campus with speed and efficiency. Salient Characteristics The absolute minimum requirements for this equipment are as follows. Utility Vehicle Salient Characteristics: The Boise VA Medical Center Supply Chain Management Service currently has a gas-powered utility vehicle that needs replacement. The replacement vehicle must have a 4x4 option with a hard cab and doors for use in all weather conditions. It also must have an open bed storage area to transport supplies to outer buildings on campus. Salient Characteristics: DIMENSIONS OVERALL LENGTH No requirement OVERALL WIDTH No requirement OVERALL HEIGHT No requirement WHEELBASE No requirement GROUND CLEARANCE 12 inches POWER POWER SOURCE Between 970 and 980 cc gas powered engine HORSEPOWER Between 80 - 85 HP BATTERY (QTY/TYPE) 12 Volt FUEL CAPACITY Between 10 12 Gallon Capacity DRIVE TRAIN Automatic, Continuously Variable Transmission (CVT) with Quick Response System GEAR SELECTION Extra-Low/High/Neutral/Reverse/Park PERFORMANCE SEATING CAPACITY 6 CURB WEIGHT Between 2300 2400 LB PAYLOAD CAPACITY Between 1250 1350 LB CARGO BOX CAPACITY 1000 LB or Greater TOWING CAPACITY Between 2500 LB and 3000 LB SUSPENSION FRONT/REAR SHOCKS Twin Tube Gas Charged Shocks FRONT SUSPENSION Arched double A-arm with sway bar/10 in. travel REAR SUSPENSION Arched TTA with external sway bar/10 in. travel FRONT/REAR BRAKES Dual 220 mm disc brakes with hydraulic twin-piston calipers Installed Options must include: Full cab enclosure Full glass windshield Auto-heating and Air Conditioning climate system Wiper/washer kit LED Headlights and Taillights Brake holding mechanism Parking brake 1 year maintenance-free Line Item Description Unit Quantity Unit Price Total Price 0001 CAN-AM DEFENDER MAX LIMITED HD 10 EA 1 _______ ________ 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 requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: a. Meet 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 equal item meets 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 thirty (30) days from the time of award. Shall be delivered to the Boise VAMC, 500 W. Fort ST, Boise, ID 83702. FOB Destination. 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. (b) The following factors shall be used to evaluate quotations. Solicitations are not required to state the relative importance assigned to each evaluation factor. Insert the significant evaluation factors such as (1) technical capability or quality of the item offered to meet the Government requirement; (2) price; and (3) past performance. The following is standard evaluation criteria. The evaluation criteria utilized should be based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality (2) Past Performance (3) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is requesting or accepting alternate quotations. The evaluation will consider the following: The following is standard evaluation language (i.e., how the Government evaluates what is submitted in the quotation). The information that shall be included in the quotation should be set forth in the quotation submission instructions (i.e., FAR Provision 52.212-1 and any addendum) of the solicitation and should vary based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.> (3) Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. 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: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 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 ladell.holmes@va.gov no later than 1 PM PST on 04/20/2022. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 17. For information regarding the solicitation, please contact Ladell Holmes at ladell.holmes@va.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62590d565f584377ba1defb935bdaeed/view)
 
Place of Performance
Address: Department of Veterans Affairs Boise VAMC Warehouse 500 W. Fort ST, Boise, ID 83702, USA
Zip Code: 83702
Country: USA
 
Record
SN06298552-F 20220416/220414234146 (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.