Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2021 SAM #7236
SOLICITATION NOTICE

38 -- 666 Forecasted (ME) Kubota Snow Blowers Equipment (VA-21-00049319) (VA-21-00049319)

Notice Date
9/21/2021 3:34:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333112 — Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921Q0844
 
Response Due
9/24/2021 11:00:00 AM
 
Archive Date
10/09/2021
 
Point of Contact
Val Juarez, Contract Specialist, Phone: 303-712-5841
 
E-Mail Address
valaria.juarez@va.gov
(valaria.juarez@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25921Q0844 Brand Name Kubota Utility Vehicle Snow Blower This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. The Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to valaria.juarez@va.gov no later than 12:00pm MST, 09/24/2021. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is (36C25921Q0844). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective July 12, 2021. The North American Industrial Classification System (NAICS) code for this procurement is 333112 with a small business size standard of 1250 employees. This solicitation is a 100% set-aside for small business. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 66 Residential Snowblower (PTO K-Connect) 2 EA $ $ 0002 4PT Hitch and Power Unit PNF 2 EA $ $ 0003 PTO Drive and K-Connect 2 EA $ $ 004 Assembly and Installation on RTV-X1100 2 JB $ $ Grand Total $ Description of Requirements for the items to be acquired; Statement of Work Purpose: To obtain two (2) PTO driven snow blowers for mounting on two (2) Kubota RTV-X1100 utility vehicles, to help with campus snow removal. Background: Slips, trips and falls are the leading source of lost time workplace injuries on campus, and snow & ice on sidewalks are a leading contributor to these injuries. Thus, the proper clearing of snow and ice are of critical importance for the safety of our staff, patients, and visitors. The Sheridan VAMC has a fleet of Kubota RTV-X1100 utility vehicles used for maintenance and grounds personnel. In addition to using some John Deere snow broom vehicles, some of our Kubota utility vehicles have snowplows to help clear the many sidewalks on campus. However, being located in a northern climate, the Sheridan VAMC often experiences significant snowfall events. Both the snow brooms and Kubota s with plows are not able to push snow very far off the sidewalks. When we experience a single larger, or several closely space smaller snowfall events, this leads to banks of snow being formed along the sides of the sidewalks. These banks make it harder to clear snow from the sidewalks during subsequent snowfall events and lead to increased ice on the sidewalks when melting eventually occurs. The two snow blowers will allow the grounds crew to move snow further away from the edges of the sidewalks, which will both make properly clearing the sidewalks easer during future snow events, as well as reducing opportunities for ice formation on the sidewalks. Specifics: The V5296 snow blowers shall have the following capabilities/features: The snowblowers and PTO systems shall be capable of being mounted on 2 Kubota RTV-X1100 utility vehicles owned by the Sheridan VA. The VA will deliver the 2 RTV-X1100 s to a service center of the contractor s choice within a 2.5-hour drive of the Sheridan VAMC. The VA will also pick up the completed vehicles within that same 2.5-hour radius. If the contractor desires to have the installation be accomplished at a service center outside of the 2.5-hour radius, then the contractor shall be responsible for picking up the RTV-X1100 s at the Sheridan VAMC and returning them once installation is completed. The contractor shall demonstrate all functions of the snow blowers upon pickup or delivery. The snow blowers shall be minimum 66 wide two stage snowblowers. The snow blowers shall have hydraulic chute rotation and deflection. The snow blowers shall have replaceable cutting edges and skid shoes. The snow blowers shall have drift cutters. The snow blowers shall be controlled from control handles and PTO switches from within the cab. The snow blowers shall be mounted to the front of the RTV-X1100s. The contractor shall install 4-point hitches & power units (V5293), oil cooler kits (V5240), PTO drives and K-connects (V5299A) on the 2 VA owned RTV-X1100s. The contractor shall accomplish the installation of the snowblowers and all other needed components on the VA provided RTV-X1100s. Warranty: The snowblowers and all associated systems shall have a minimum warranty of 1 year. General: Equipment to be delivered to Sheridan VAHCS Facilities Management service within 8 weeks of purchase. End of Statement of Work Delivery and acceptance are to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 1898 Fort Road, Sheridan, WY 82801 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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 supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.  All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Delivery Timeline of Government requirement; and (II) Price Volume I - Delivery Timeline of Government requirement The offeror shall confirm that the requirements will be delivered within the eight (8) week ARO timeline. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.214-21 Descriptive Literature (APR 2002) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to valaria.juarez@va.gov by 12:00pm MST, 09/24/2021. Name and email of the individual to contact for information regarding the solicitation: Val Juarez Valaria.juarez@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a5da30547cf4f9aa285e42c4ab35638/view)
 
Place of Performance
Address: Department of Veteran Affairs Sheridan WY VAMC 1898 Fort Road, Sheridan 82801
Zip Code: 82801
 
Record
SN06139878-F 20210923/210921230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.