Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
DOCUMENT

37 -- Equipment Buys (FY2018) Four Mowers for SDVOSBs Florida National Cemetery - Attachment

Notice Date
8/30/2018
 
Notice Type
Attachment
 
NAICS
333112 — Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309
 
Solicitation Number
36C78618Q9687
 
Response Due
9/5/2018
 
Archive Date
10/5/2018
 
Point of Contact
Max Andrade
 
E-Mail Address
al
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q9687 Post Date: 08/30/2018 Original Response Date: 09/05/2018 at 11:00 am Applicable NAICS: 333112 Classification Code: 3750 Set Aside Type: SDVOSB Period of Performance: Date of Award Plus 30 Days Delivery Requirement: N/A Attachments: N/A Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Florida National Cemetery 6502 SW 102nd Avenue Bushnell, FL 33513 Description: This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 11:00 am on 09/05/2018. The Award to this announcement will result in a Firm-Fixed Price, Requirements Contract as the Government intends to make award under this announcement without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than 09/04/2018 at 09:00 AM. Questions will not be addressed using the telephone. The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Florida National Cemetery anticipates a firm fixed price contract for Four Mowers. The applicable North American Industrial Classification System (NAICS) code for this procurement is 333112, with a business size standard of 1,500 number of employees. The National Cemetery Administration is soliciting quotes using 100% Set Aside to Service Disabled Veteran Owned Small Businesses (SDVOSB) for the providing Four Mowers for the Florida National Cemetery. Period of Performance/Date of Delivery: Date of Receipt of Order/Award plus 30 Days. Scope: The company shall furnish a product Brand Name or Equal to the specifications listed in this Combined Solicitation Notice in accordance with FAR 52.211-6. Product Description: Quantity of Four (4) of eXmark LAZER 96 FLEX WING MOWER with service kits (1 for each unit) which each kit includes [1] 1 Set of 4 Blades [2] 1 -Case of Exmark Hydraulic Oil [3] 2 - Hydraulic Filters (transmission) [4] 1- Engine Oil Filter [5] 1-Engine Fuel Water Separator Filter. The width of cut needs to be 96 in the 6x10 burial sections. Florida National Cemetery needs a mower that will operate at this range of cut to reduce our mowing time by mowing the gravesites in a single pass. This will ensure we have an enough time to perform remaining grounds maintenance tasks with available personnel. Specifications of required mowers: Engine Yanmar 3TNV88C Diesel, governed to 3,000 rpm. Air Filter Heavy-duty canister air filtration system with electronic vacuum sensor Drive System Kanzaki KPS-18T Transmission, 15-quart oil capacity, spin-on filter. 18 cc shoe type pumps and 17.84 cubic inch Hydro-Gear HGM-H motors, hydraulic oil cooler. Speed Infinitely variable speed selection from 0 12.5 mph (20 kmph) forward, 0 7 mph (11 kmph) reverse. PTO Engagement Integrated wet clutch system in transmission, connected to right angle gearbox on deck via drive shaft Fuel Capacity 12-gallon (45.4-L), side fuel tanks Drive-Wheel Release Allows unit movement without engine running. Safety Package Operator Presence Controls (OPC) and drive system interlock, with safety interlock system indicators. Rollover Protection System (ROPS) 2-post foldable ROPS standard with seat belt and latch. Deck Lift - Hydraulic. Casters.50 thick caster yoke arms. Tractor Frame Welded, heavy-duty 1.5 x 3 x 3/16 tubular steel. Steering and Motion Control Hydraulically dampened twin levers, adjust fore and aft. Adjustable dampeners (3 positions) to customize drive responsiveness. Also, adjustable to 2 height positions. Front Caster Tires 15 x 6.0-6, smooth tread, semi-pneumatic. Drive Tires 26x12-12, 6-ply MultiTrac ®. Turning Radius True zero-turn. Parking Brake Lever-actuated internal wet disc brake. Seat Deluxe, two-tone, bolstered suspension seat with Elastomeric Vibration Control material. Mounted on innovative Seat Isolation System that provides operator isolation in all three planes of motion as well as fore-aft slide and seat flip-up. Electrical 12-volt battery with 55-amp alternator. Standard Features Cup holder, engine hour meter, fuel gauge Finish Cut Baffles, Side Wear Bar Kit, and White Non-Marking Side Bumper. Style Full-floating Ultra Cut Rear Discharge Deck. Rear-discharge standard with option to mulch. Widths Available 96 (244 cm). Deck Construction 7-gauge high strength alloy top that is formed and continuously seam welded, with 7-gauge high strength alloy side skirt. Cutting Height 1.0 (2.5 cm) to 5.5 (11.8 cm) in 0.25 (0.64 cm) increments. Blade Spindles No maintenance, sealed and non-greaseable spindles; 7.75 -diameter cutter housing with 25mm (.98 ) diameter spindle shaft and splined blade driver. Blade-Tip Speed Approximately 18,500 fpm. Price Schedule: Vendor shall provide a quote which includes their overall price. Quote Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Completed Schedule of Prices in.doc or.docx format or PDF. Technical documents in a written narrative as specified in the evaluation factors for the Government s evaluation. Quotes shall be submitted via email or via mail to the following addresses: Email: Max.Andrade@VA.Gov Questions pertaining to this announcement shall be sent by email to: Max.Andrade@VA.Gov Telephone inquiries will not be accepted. Evaluation Process: 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDENDUM TO FAR 52.212-2 SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for quotes. (See Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. Evaluation Process: The Government will evaluate quotes in under FAR Part 13, Simplified Acquisition Procedures for commercial items. In accordance with FAR 13.106-1(a)(2), a best value determination will be made utilizing Price and Technical Documents. PRICE: Price analysis will be conducted to determine a fair and reasonable price. In order to ensure a fair and reasonable price, the Government will compare proposed prices received in response to the solicitation. Normally, adequate price completion establishes a fair and reasonable price when two or more responsible Offerors, competing independently, submit priced offers that satisfy the Government s expressed requirement. TECHNICAL Quotes must show that the contractor has the technical capabilities to provide the requirement. End of Addendum Solicitation Provisions and Contract Clauses FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 The following solicitation provisions apply to this acquisition: FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2017) VAAR 852.211-72 Technical Industry Standards (Jan 2008) (technical standards provided in Attachment A) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) 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. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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): https://www.acquisition.gov/?q=browsefar The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(1), (a)(2), (a)(3), (a)(4), (b)(1), (b)(4), (b)(8), (b)(9), (b)(16), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33), (b)(42), (b)(49), (b)(55), and (b)(56). End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9687/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q9687 36C78618Q9687.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4570131&FileName=36C78618Q9687-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4570131&FileName=36C78618Q9687-000.docx

 
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: Florida National Cemetery;6502 SW 102nd Avenue;Bushnell FL 33513
Zip Code: 33513
 
Record
SN05065849-W 20180901/180830232128-5eca2ea597497548f211b598d2772d7e (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.