Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2022 SAM #7580
SOLICITATION NOTICE

23 -- Gas Landscape Utility Vehicle

Notice Date
8/30/2022 1:06:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1657
 
Response Due
9/9/2022 10:00:00 AM
 
Archive Date
10/19/2022
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, 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: Gas Landscape Utility Vehicle 1.b. Description: VA Long Beach Healthcare System located at 5901 E 7th Street, Long Beach, CA 90822 is seeking a contractor to provide a Gas Landscape Utility Vehicle. 1.c. Project Location: VA Long Beach Healthcare System 1.d. Solicitation Number: Request for Quotes (RFQ) - 36C26222Q1657. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 336112, Light Truck and Utility Vehicle Manufacturing. 1.g. Small Business Size Standard: 1500 employees 1.h. Type of Contract: Firm Fixed Price 1.k. Request for Information (RFI) should be submitted via email no later than 1pm PDT Friday September 2nd, 2022, to Ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Long Beach Healthcare System located at 5901 E 7th Street, Long Beach, CA 90822 is seeking a contractor to provide a Gas Landscape Utility Vehicle. 2.2. Scope. The following characteristics is required: Maximum allowable load capacity for Landscape Utility Vehicle shall not exceed 1,000lb (454 KG). The Landscape Utility Vehicle is plastic and available in white only. Maximum allowable speed for Landscape Utility Vehicle shall not exceed 25.5 MPH. Engine must be 500cc EFI, SOHC, 32hp, Gasoline, Liquid Cooled. Maximum allowable Tow Capacity must not exceed 1500 lbs. The Landscape Utility Vehicle brakes all wheel must have hydraulic disc brakes, park in transmission The Steering must have a Rack and pinion with tilt steering wheel The Landscape Utility Vehicle front tires must be 24 x 8 - 12, 4 ply and Rear 24 x 9 - 12, 4 ply. Maximum allowable person capacity on the Landscape Utility Vehicle shall not exceed 2 person (500 lb.). The Landscape Utility Vehicle must have Dual Headlights, Taillights, and Brake Lights Maximum allowable box capacity shall not be less than 500 pounds The Landscape Utility Vehicle Deck Box must be 32"" L x 42"" W x 11.5"" H (81 x 107 x 29cm) with Drop Tailgate. The vehicle must have Instrumentation: Digital Gauge, Speedometer, Odometer, Tachometer, Trip Meter, Hour Meter, Clock, Gear Indicator, Fuel Gauge, DC Outlet, Key Switch, Horn The Landscape Utility Vehicle must have Weather tight cab to includes glass windshield, doors with locks and safety hinged glass windows, glass rear window, windshield wiper and washer, center mounted rear view mirror, heater, and defroster. Landscape Utility Vehicle must have turned radius equal to 150 inches. Total overall length of Landscape Utility Vehicle must be equal to 130 mi. The overall size of the Landscape Utility Vehicle must be equal to 58 X 110 X 73 inches. The Landscape Utility Vehicle must be Wheelbase of 73 inches. The Landscape Utility Vehicle maximum height must not exceed clearance of 10 inches. The Bed Box Dimension must not exceed 32 X 42 X 11.5 inches. The Landscape Utility Vehicle fuel type must be gasoline only. The Landscape Utility Vehicle fuel capacity should not exceed 8.8 gallon or 33.3 liter The Landscape Utility Vehicle drive system type must be a 2-wheel drive Landscape Utility Vehicle must have differential locking, switch, on dash activation The Landscape Utility Vehicle transmission must be an automatic CVT, high/low/neutral/reverse/park The Landscape Utility Vehicle Cylinder Displacement must be 500cc The frame must be welded steel Landscape Utility Vehicle need front suspension MacPherson strut 9"" The Landscape Utility Vehicle must have rear suspension Dural A-Arm, IRS 10"" (25.4 cm) travel. The Landscape Utility Vehicle wheels must be stamped steel. 2.3. Performance Monitoring. The Contracting Officer Representative (COR), will monitor contractor performance and certify the work was done in accordance with the SOW. 2.4. Insurance Coverage a. 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. b. 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. c. 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. d. 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 PDT Friday September 9th, 2022, to Ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with UEI no. 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3f1f0f718cc4cf9b9d70d1b926b3599/view)
 
Place of Performance
Address: VA Long Beach Healthcare System 5901 E 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06446519-F 20220901/220830230127 (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.