Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
DOCUMENT

49 -- SERVCIE: Repair or replace the clutch on two John Deere tractors and remove and disassemble trans-repair 5 gears on two John Deere Pro Gators for the Houston National Cemetery - Attachment

Notice Date
9/6/2017
 
Notice Type
Attachment
 
NAICS
811411 — Home and Garden Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon St;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617Q0761
 
Response Due
9/15/2017
 
Archive Date
11/14/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
ental
 
Small Business Set-Aside
N/A
 
Description
7 This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number an VA786-17-Q-0761 is issued as a Request for Quotation (RFQ) from interested Quoters. To receive consideration, your company must have a current certification with John Deere to work on John Deere equipment. The North American Industry Classification System (NAICS) code for this requirement is 811411 Small engine repair and maintenance shops with a size standard of 7.5M. Any interested Quoter that does not meet the capability and size standard under this NAICS code, should not submit a response to this Combined Synopsis/Solicitation quotation request. Quoters must also have a current registration in the System for Award Management (SAM) at www.sam.gov and are encouraged to go to the SAM database www.sam.gov to verify active status to avoid any possible delays in contract award. Company Online Representations and Certifications (Reps and Certs) information must also be current in SAM database to qualify to receive a contract award. Description of Services Need: Houston National Cemetery has a need for the following: The Contractor: Shall furnish all labor and material to repair or replace the clutch on two John Deere tractors and remove and disassemble trans-repair 5 gears on two John Deere Pro Gators for the Houston National Cemetery. The Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): TRACTORs Contractor shall diagnose and repair/replace the clutch disk on a 2009 & 2010 Model 4005s John Deere Tractor. The Contractor shall procure and install all parts associated with said tractors, to include, but shall not be limited to disc springs, plates, bearings and sleeves. Pro Gator 2030a Contactor shall remove and disassemble trans-repair 5 gear. The Contractor shall procure and install all parts associated with said Gators, to include, but shall not be limited to bearings, rings, springs, hubs, shifters and gears. General Conditions: Although this work isn t required to be performed by a John Deere service department, it would make sense given the equipment and parts belong to them. Materials and workmanship used in repairing said equipment shall be performed accordingly. A cost for the vendor to pick up and deliver after repair of said equipment (2 tractors/2 gators) must be included in the price. Time of Completion: The project shall be completed within 45 calendar days after Notice to Proceed. Contractor shall submit an itemized breakdown of the work being performed, the parts required and the labor costs associated with the repair of said equipment. Code Compliance: All work shall be performed in accordance with National, State, and Local Codes associated with said service. E. Contractor Quality Control: The Mechanic at the Houston National Cemetery will inspect the quality of work performed and certify the completed work for payment and other purposes. F. POC: The Contracting Officer s Representative (COR) for this project is Scott Weber, Foreman, Houston National Cemetery. END OF SCOPE OF WORK Submitting Quote: *NOTE*: IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION AND RECEIPT OF YOUR QUOTATION AND SUPPORTING DOCUMENATION TO THE DESIGNATED CONTRACTING OFFICER (CO) PRIOR TO THE SUBMISSION DEADLINE FOR THIS COMBINED SYNOPSIS/SOLICITATION REQUIREMENT. Quoters shall submit their quote (in.pdf format only) via email on company letterhead or on a SF1449, whichever is easiest to Ms. Geraldine Herrera@ geraldine.herrera@va.gov and MUST include the following additional information: Proposed Repairs date Company Name, address, telephone number, email address of Quoter (No PO Box Addresses) Company DUNS number Confirmation of your company s status as a CERTIFIED John Deere. Certification (must be active/current) Company Capabilities Statement 811411 NAICS Code Verification Proof of current System for Award Management (SAM ) registration (completed copy of FAR 52.212-3 - Quoters Representations and Certifications- Commercial Items). Terms of any express warranty (if applicable) Quoters are hereby advised that any Quoter-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Quoters s quote unacceptable, and thus ineligible for award. The provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible Quoter whose Quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Quotes based on (LPTA) Lowest Priced Technically Acceptable. All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The Quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Quoter whose price for items are lowest among all quotes that were deemed to be technically acceptable. Quoters who fail to meet the technical requirements of the solicitation will be rated unacceptable and thus, ineligible for award. Quotes will be evaluated based on the following factors listed as shown below: TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the quote demonstrates a clear understanding of the technical specifications or features involved in meeting the requirements and whether the Quoter s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical Quotes, if deemed necessary by Quoter to supplement the descriptive literature) will be evaluated to determine whether the quoted items meet all of the technical requirements (described above) and are thus considered technically acceptable. Any quote that does not meet all of the required service will be deemed technically unacceptable, and thus ineligible for award. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a LPTA price basis. The Government will evaluate Quotes. Evaluation Process: A Responsibility Determination will also be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of financial risk, responsibility and ability the databases include, but are not limited to: Experian, PPIRS, EPLS, CPARs. ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACTING OFFICER ONLY! Please do not contact the Houston National Cemetery regarding this solicitation. Interested Quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Cemetery to respond. Questions must be submitted in writing to Ms. Geraldine Herrera at geraldine.herrera@va.gov. All questions must be received by no later than Monday, September 11, 2017 at 2:00PM (MST) to allow a reasonable response time to questions prior to close of the solicitation. No questions will be accepted after 2:00 p.m. (Mountain Standard Time) September 11, 2017 as this solicitation will close on Friday, September 15, 2017 at 2:00pm (MST). Due Date for Final Quote Submission: Quotes must be received by 2:00 p.m. (MST) Friday, September 15, 2017 and are to be emailed to Geraldine Herrera at geraldine.herrera @va.gov. CLAUSES: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS FAR 52.212-4, Contract Terms and Conditions (JAN 2017) applies to this acquisition. Addendum to The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) applies to this acquisition. Under paragraph B, the following clauses are incorporated: 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (JAN 2017). PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-3, Gratuities (APR 1984) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle Blower Rights (APR 2014) 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013) 52.246-1 Contractor Inspection Requirements (APR 1984) 52.247-34, F.O.B. Destination (NOV 1991) 52.246-16 Responsibility For Supplies (APR 1984) Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm SOLICIATION PROVISIONS: 52.212-1, Instructions to Quoters- Commercial Items (JAN 2017) 52.209-5, Certification Regarding Responsibility Matters (OCT 2015) 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or Felony Conviction Under Any Federal Law (DEVIATION) (MAR 2012) 52.209-7, Information Regarding Responsibility Matters (JUL 2013) 52.216-1 Type Of Contract (APR 1984) 52.233-2, Service of Protest (Sep 2006) 52.237-1 Site Visit (APR 1984) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Quoter Representations and Certifications-Commercial Items (JAN 2017) ADDITIONAL PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7, System for Award Management (JUL 2013) 52.204-16, Commercial and Government Entity Code Reporting (JAN 2016) 52.204-17, Ownership Or Control Of Quoter (JUL 2016) 52.211-6, Brand Name or Equal (AUG 1999) 52.223-1, Biobased Product Certification (MAY 2012) 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015) VAAR CLAUSES: The VAAR Clauses that may be applicable to this acquisition are: 852.203-70, Commercial Advertising (JAN 2008) 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-73 Brand Name or Equal (JAN 2008) 852.211-75, Product Specifications (JAN 2008) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 852.228-70, Bond Premium Adjustment (JAN 2008) 853.232-72 Electronic Submission Of Payment Request (NOV 2012) 852.233-71 Alternate protest procedure (JAN 1998) 852.246-71, Inspection (JAN 2008) 852.270-1, Representatives of Contracting Officers (JAN 2008) Information concerning clauses and provision incorporated by reference may be obtained in Full text at https://www.acquisition.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to conduct business with or enter into a contract award with any company or its affiliates or otherwise, that pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0761/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0761 VA786-17-Q-0761.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779410&FileName=VA786-17-Q-0761-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779410&FileName=VA786-17-Q-0761-000.docx

 
File Name: VA786-17-Q-0761 VA786-17-Q-0761 FEDBIZ 9 6 2017 1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779411&FileName=VA786-17-Q-0761-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779411&FileName=VA786-17-Q-0761-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Houston National Cemetery;10410 Veterans Memorial DR;Houston, TX
Zip Code: 77038
 
Record
SN04663492-W 20170908/170906232440-110d949ebe361424b845e6ea92153ec0 (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 |
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.