DOCUMENT
45 -- TRASH COMPACTOR - Attachment
- Notice Date
- 8/1/2017
- Notice Type
- Attachment
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Contracting Section (90C);707 East 3rd Street;Big Spring TX 79720
- ZIP Code
- 79720
- Solicitation Number
- VA25717N1114
- Response Due
- 8/8/2017
- Archive Date
- 9/22/2017
- Point of Contact
- Esmeralda Ortiz
- E-Mail Address
-
lda.ortiz@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT The West Texas VA Health Care System, located in Big Spring, TX 79720, is seeking Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) sources capable of providing the equipment listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12. REQUEST TO ACQUIRE A SELF-CONTAINED TRASH COMPACTOR The VA is seeking Vendors that can provide the following product: 34 yard self-contained trash compactor Suggested Manufacturer Brand Name: Marathon RJ-250SC General Features Minimum 41 x58 feed opening Continuous feeding capability Odor and pest control features Require total enclosure to the loading system Minimum of 24 tons crushing force Fire hose connection Leak proof construction UL ® and CUL ® listed key operated Must handle high liquid waste Full door seal that is watertight and requires no field fitting, cutting or welding if replacement becomes necessary Bubble gate Double hinge door Automatic re-latch operator should not have to hold the door while operating the latch ratchet Packing ram should be supported by cast iron shoes that ride on replaceable wear strips Full installation required Removal and disposal of existing compactor required Feed slot must be on left hand side Quick disconnect on the left hand side Controls in panel face Fully gasketed door 5 year structural warranty Hopper/doghouse fully enclosed, single door, frame and locking hasp Hopper/doghouse magnetic door interlock switch (mounted) Standard roll on/roll off truck can pick up compactor Technical Specification Minimum 10 gpm hydraulic pump 10 hp No more than 23 feet in length No more than 8 ½ feet in width 208VAC 3 phase 6 remote power unit with cover NEMA 4 rated control panel SELECTION CRITERIA: Evaluation Method: Lowest Price Technically Acceptable (LPTA) The following evaluation factors will be used: Technical Acceptability proposed equipment meets or exceeds published salient characteristics Price The price of each quote shall be evaluated. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 333249, Other Industrial Machinery Manufacturing, with a size standard of 500 employees. In response to this sources sought, please provide: Name of the firm, address, point of contact, phone number, email address, DUNS, and CAGE code Capability Statement detailing ability to provide requested products Any SDVOSB/VOSB firms who wish to identify their interests and capability to provide this product must provide product specifications and delivery information by notifying the Contract Administrator no later than 1:00 P.M. Central Standard Time, August 8, 2017, Such notification must include any documentation that includes certification to distribute the product, Notification shall be e-mailed or faxed to Esmeralda Ortiz, Contract Administrator, Esmeralda.Ortiz@va.gov, fax: 432-517-4586. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWTHCS519/VAWTHCS519/VA25717N1114/listing.html)
- Document(s)
- Attachment
- File Name: VA257-17-N-1114 VA257-17-N-1114_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3701403&FileName=VA257-17-N-1114-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3701403&FileName=VA257-17-N-1114-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-N-1114 VA257-17-N-1114_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3701403&FileName=VA257-17-N-1114-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;West Texas VA Health Care System;300 Veterans Blvd;Big Spring, TX
- Zip Code: 79720
- Zip Code: 79720
- Record
- SN04607548-W 20170803/170801232824-381f095769861718f5ba4c1e739a15b2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |