DOCUMENT
38 -- Title: Backhoe Loader - Attachment
- Notice Date
- 8/23/2018
- Notice Type
- Attachment
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9965
- Response Due
- 8/28/2018
- Archive Date
- 9/12/2018
- Point of Contact
- Tina.Cavalieri@va.gov
- E-Mail Address
-
tina.cavalieri@va.gov
(tina.cavalieri@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Attachment 2: Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 5 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24218Q9965 Posted Date: 8/23/2018 Original Response Date: 6/5/2018 Current Response Date: 8/28/2018 Product or Service Code: 3805 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 333120 Contracting Office Address Department of Veterans Affairs James J. Peters VAMC 130 West Kingsbridge Road Bronx, NY 10468 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 1150 Employees. The New Jersey Healthcare System, Lyons Campus is seeking to purchase a John Deere or equal Backhoe Loader. We are not members of NJPA/Sourcewell at this time, please give us your best pricing other than the NJPA/Sourcewell pricing. All interested companies shall provide quotations for the following: VA New Jersey Healthcare System 151 Knollcroft Road Lyons, New Jersey 07939 Description/Specifications Statement of Work CONTRACT TITLE: Backhoe procurement contract for Lyons VA Medical Center. SCOPE OF WORK: Purchase a new backhoe with minimum specifications as outlined below for the VA New Jersey Healthcare System 151 Knollcroft Road Lyons, New Jersey 07939. The machine is used extensively in the winter during snow removal operations and must have true 4 wheel drive. For ease of operation and safe handling the machine must have an automatic transmission and sufficient gross horsepower of at least 101 HP and 75kW. Description: Front Axle and Drive System: Mechanical Front Wheel Drive (MFWD) with limited slip differential (powered front). 4 Wheel Drive. Automatic limited slip traction control. Rear Axle: Foot actuated, hydraulically engaged 100% mechanical lock Transmission: 5 Forward gears and 3 Reverse gears. Automatic Transmission. Capable of speeds up to 25 MPH. Hydraulically actuated powershift transmission. Wheels and Tires: Foam Filled Tires, 19.5L 24in. 12PR Rear & 12.5/80 18 10PR Front. Traction Tires. Cab: Tinted safety glass, Delux interior trim, Headliner, AM/FM radio. Air Conditioning 26,000 BTU, CFC free R134a refrigerant. Heater/defrosters/pressurizer, 40,000 BTU, 3 speed. Cloth, Swivel Seat with Lumbar Adjustment and Arm Rests, Fully Adjustable. Tilt Steering Wheel. Interior Rearview Mirror, Front driving/working halogen lights, rear working halogen lights, additional work roof lights, turn signal/flashing/rear stop/tail lights, front and rear reflector. Dual Maintenance Free Batteries With Disconnect and Jump Post. Recommended for use in ambient temperatures Below 32 degrees F (0 degrees C). Extendable Dipperstick, Extendable stabilizer legs. Auxiliary Hydraulic with One & Two Way Flow (Hammer & Thumb/Swinger). Includes plumbing to end of dipperstick for one way flow valve. Bucket,Hoe: 24 (610mm) Wide, Heavy Duty, 7.5 Cu. Ft. (0.21 Cu. M.) Capacity Bucket. Bucket includes TK Teeth. Bucket,Loader: 1.3 Cu. Yd. (1.0 Cu. M.) 92in. (2.34 m) wide Heavy-Duty Long-Lip Coupler Bucket with Cutting Edge and Skid Plates. Engine: Output 75 kW (101 hp), Engine Meets Final Tier 4 and Stage IV Emissions With Net Peak Power of 99 Hp. Turbocharged. Wet Sleeve Cylinder Liners. 4 Valves / Cylinder. Electronically Controlled HPCR Fuel Delivery System, B20 Biodiesel Compatible. Cooled Exhaust Gas Recirculation. Serpentine Beltwith Automatic Belt Tensioner. Enclosed Safety Fan Guard. Vertical Spin-on Engine Oil Filter. Spin-On Fuel Filter with Water Separator. Dual Safety Element Dry-Type Air Cleaner with Evacuator Valve. Underhood Catalysts with Vertical Curved Exhaust Stack. Passive flow-through Exhaust Aftertreatment system with Grid Heater. Electronically controlled, variabls, varisble-speed cooling fan. Additional optional items: Sun Visor Seat, Cloth Air-Suspension for enclosed Cab. 37 Inch Hydraulic Backhoe Thumb 4 Tine Warranty: Standard warranty of one year with an extended 5 year, 5000 hours powertrain and hydraulics warranty. Manual: Technical manual for parts, service and operation. Place of Performance Address: Lyons Campus 181 Knollcroft Road Lyons, NJ 07939 Country: UNITED STATES Award shall be made to the offeror whose quotation offers The Lowest Price Technically Acceptable. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [JAN 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] End of addendum to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2017] VAAR 852.211-70, Service Data Manuals(technical/medical equipment only) VAAR 852.246-70, Guarantee (Equipment Only) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-19, 52.209-10, 52.225-1, 52.203-13, 52.219-8, 52.222-35, 52.232-33, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-3, 52.219-27. All quoters shall submit the following: Certificate of Competency, Quote with DUNS number, Solicitation number, phone number, and fax number, point of contact, VIP certification and proposed delivery date for equipment. All quotations shall be sent to Tina.Cavalieri@va.gov. (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. This is an open-market combined synopsis/solicitation for John Deere or equal Backhoe Loader as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than August 28, 2018 @8AM at email address listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed quotes will be accepted. Point of Contact Tina Cavalieri Email Address: Tina.Cavalieri@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9965/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9965 36C24218Q9965_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556580&FileName=36C24218Q9965-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556580&FileName=36C24218Q9965-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9965 36C24218Q9965_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556580&FileName=36C24218Q9965-000.docx)
- Record
- SN05054433-W 20180825/180823232020-6197c4006dc46d3be070dc512db6fd44 (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 |