SOLICITATION NOTICE
37 -- Zero-Turn Lawnmowers
- Notice Date
- 5/18/2022 12:31:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333112
— Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q0649
- Response Due
- 5/31/2022 2:00:00 PM
- Archive Date
- 07/30/2022
- Point of Contact
- Jeffrey Rozema, Contracting Officer, Phone: 269-966-5600 x36450
- E-Mail Address
-
jeffrey.rozema@va.gov
(jeffrey.rozema@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items John D. Dingell VA Medical Center Zero-Turn Lawnmowers 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 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 effective May 1, 2022. This solicitation is set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 333112 Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing, with a small business size standard of 1,500 Employees. The Federal Supply Code (FSC) is 3750 Gardening Implements and Tools. The Department of Veterans Affairs, Network Contracting Office 10, 5500 Armstrong Road, Battle Creek, MI 49037 is seeking to purchase two (2) new zero-turn lawnmowers under a firm-fixed price purchase order for the John D. Dingell VA Medical Center, 4646 John R Street, Detroit, MI 48201. The zero-turn lawnmowers shall be brand-name or comparable to the Kubota Model ZD1211-3-60, and must have the following minimum features/capabilities: Engine: diesel, liquid cooled Horsepower: must be over 22hp Deck: must be at least 54 width Deck: must be hydraulic lift Sealed transmission Folding ROPS for easy mobility Fuel tank capacity: 11.5 gallons or more Maintenance free battery The Detroit VA facility also has two existing zero-turn mowers, a John Deere 997 and an eXmark Lazer XP, which are available for trade-in credit towards the new mowers. Please refer to the attached pictures for details and condition of the existing mowers. The condition of the lawnmowers is not warranted. Both lawnmowers are currently being used, and actual hours may be higher than the hours shown in the pictures. The hour meters are accurate as of May 18, 2022. Contractor will be responsible for loading and removal of the lawnmowers from the Detroit VA facility at no additional cost to the Government. All interested and qualified companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 0002 0003 Kubota ZD1211-3-60 (or comparable) Zero-Turn Lawnmower Trade-In Credit: John Deere 997 (Optional) Trade-In Credit: eXmark Lazer XP (Optional) 2 1 1 EA EA EA Delivery shall be provided FOB Destination. Place of Delivery Address: Department of Veterans Affairs John D. Dingell VA Medical Center 4646 John R Street Detroit, MI Postal Code: 48201 Country: United States The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [NOV 2021] with the following addendum: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2021 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [NOV 2021] with the following addenda: FAR 52.204.13 [OCT 2018], 52.204.18 [AUG 2020], 52.222-19 [JUL 2020][DEVIATION], 52.232-40 [NOV 2021]; VAAR 852.212-70 [APR 2020] with the following provisions/clauses checked: 852.203-70, 852.232-72, 852.246-71; 852.212-71 [APR 2020], 852.219-74 [JUL 2018][DEVIATION], 852.242-71 [OCT 2020], 852.247-73 [OCT 2018]. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [MAY 2022] The following subparagraphs of FAR 52.212-5 are applicable: 52.219-6 [NOV 2020], 52.219-28 [SEP 2021], 52.222-21 [APR 2015], 52.222-26 [SEP 2016], 52.222-36 [JUN 2020], 52.222-50 [NOV 2021], 52.223-18 [JUN 2020], 52.225-1 [NOV 2021], 52.225-13 [FEB 2021], 52.232-33 [OCT 2018]. All quoters shall submit the following: (1) pricing for new lawnmowers, (2) credit amount for existing lawnmowers (if applicable), (3) product information, to include any optional equipment included, in sufficient detail to determine the proposed product meets or exceeds the minimum specifications, (4) estimated delivery time after receipt of order, and (5) documentation verifying vendor is an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment. All quotes shall be sent to the Contracting Officer, Jeffrey Rozema, via email at jeffrey.rozema@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price Technical features/capability Speed of delivery Credit for trade-ins The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Price Technical features/capability Speed of delivery Credit for trade-ins 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: Price: The Government will evaluate the price by adding the total of all line item prices. Technical or Quality: 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. Speed of Delivery: The Government will evaluate and take into consideration how quickly the quoter can deliver the new lawnmowers to the delivery location specified in the solicitation. Credit for Trade-Ins: The Government will evaluate and take into consideration whether the quoter is offering trade-in credit for one or both of the existing lawnmowers, and the credit amount being offered by the quoter. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. In accordance with VAAR 852.212-71, vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM. Submission of your response shall be received not later than 5:00 PM Eastern Time, Tuesday, May 31, 2022 by email at jeffrey.rozema@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Point of contact for this solicitation is Jeffrey Rozema, Contracting Officer, email: jeffrey.rozema@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1bcd6d171d1b40cbb9e4e383ef8fca76/view)
- Place of Performance
- Address: Department of Veterans Affairs John D. Dingell VA Medical Center 4646 John R Street, Detroit 48201, USA
- Zip Code: 48201
- Country: USA
- Zip Code: 48201
- Record
- SN06331110-F 20220520/220518230059 (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 |