Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21, 2001 PSA #2941
SOLICITATIONS

37 -- SOIL SHREDDER/SCREENER

Notice Date
September 19, 2001
Contracting Office
Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417
ZIP Code
55417
Solicitation Number
RFQ 894-167-01
Response Due
September 27, 2001
Point of Contact
Donn Whittaker 612-725-2179
Description
This is a combined synopsis/solicitation. Request for Quotation #RFQ 894-167-01 entitled "Soil Shredder/Screener" Brand Name or Equal is hereby issued for commercial items prepared in accordance with the format in FAR Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This procurement is being conducted under FAR Subpart 13.5 test program; simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of Parts 12 and 13. This announcement incorporates provisions and clauses in effect through FAR FAC 97-27 and VAAR 97-8. NAICS Code 333112 applies for this procurement and the small business size standard is 500 employees. This CBD announcement/solicitation constitutes the only solicitation document that will be issued. A separate written solicitation document will not be issued. Contractor's proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor's letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor's price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for facility must also be included in proposal/bid package. The VA Medical Center (VAMC), Minneapolis, Minnesota, has identified a need for a Brand Name or Equal, Screen Machine Soil Shredder/Screener brand name or equal to include: Line Item 1: One each of Screen Machine Portable Shredder/Screening Plant, Model: Might, 4,500 lbs, 24 feet long, 5 feet 8 inches wide, 1 cu yd hopper capacity, 18" wide feeder belt, 18" wide main belt, 20 HP John Deere Diesel engine, shredder includes 22 blade free swinging hammermill, 3' x 4' trommel screen with self cleaning brush with operator's manual. Line Item 2: One each Service Data Manual. Line Item 3: "VA Owned" "Trade In" Item, One each Lindig Model L25 Pulverizer, Serial No. 18021, manufactured in 1975, purchased for $9,475.00. Equipment will be Y2K compliant. All responsible sources who can meet the VAMC's requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. "Equal" alternative to the brand name units will be considered but must fully comply with the brand name features, i.e. when a characteristic is a design feature, such as size or weight, the "equal" product must meet the requirement; if the characteristic is stated in general terms, the "equal" may be functionally equivalent in meeting that characteristic; if the characteristic is a precise performance feature, the "equal" product must meet the precise requirement. "Equal" products may require demonstration to determine whether proposed unit remains in the competitive range for consideration of award. Demonstrations will be subjectively evaluated. Evaluation factors will include, but may not be limited to, Hopper Capacity. technical quality and compatibility, technical and operational reliability, delivery, warranty, Trade-in, past performance and price/price related factors. As evaluations may be subjective in nature, the end users and technical panel are solely responsible in determining acceptability of equal products. Descriptive Literature of products offered must accompany offer and will be used to evaluate offers and establish conformity with requirements. Completeness and sufficiency of descriptive materials submitted will be a determining factor. Products will be delivered to the Fort Snelling Cemetery, 7601 34th Avenue South, Minneapolis, MN. This will be a firm fixed price contract. Award will be made to the offeror determined to be the "best value" to the Government. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE Offerors must include a completed copy of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-21 Requirements; FAR 52.232-18 Availability of Funds; VAAR 852.211-75 Technical Industry Standards; VAAR 852.211.77 Brand Name or Equal; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the equipment proposed, and a completed copy of provision 52-212-3. Submit all price, descriptive literature and technical proposals to Donn Whittaker, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Donn Whittaker at (612) 725-2189. Offeror's proposals are due by Noon on September 27, 2001. Faxed proposals will be accepted at 612-725-2072 followed by original hard copy by Federal Express.
Record
Loren Data Corp. 20010921/37SOL001.HTM (W-262 SN50Y155)

37 - Agriculture Machinery and Equipment Index  |  Issue Index |
Created on September 20, 2001 by Loren Data Corp. -- info@ld.com