SOLICITATION NOTICE
23 -- Polaris XD Full-Size Diesel Vehicle
- Notice Date
- 4/17/2023 10:54:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0887
- Response Due
- 4/24/2023 11:00:00 AM
- Archive Date
- 06/23/2023
- Point of Contact
- David Odne, Contract Specialist, Phone: (562) 766-2328
- E-Mail Address
-
david.odne@va.gov
(david.odne@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 2 of 2 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. 1.A. Project Title: Purchase of a Polaris Pro XD Full-Size diesel utility vehicle or equal that meets the below salient characteristics. 1.B. Project Location: Phoenix VA Healthcare System 650 East Indian School Rd. Phoenix, AZ 85012 1.C. Solicitation number 36C26223Q0887 is issued as a Request for Quotation (RFQ). 1.D. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.E. Applicable NAICS code: 333924 1.F. Small Business Size Standard: 500 Employees 1.G. Type of Contract: Firm Fixed Price 1.H. Period of Performance/Delivery: 180 days after award 2. Scope: The Department of Veterans Affairs (VA), VA Phoenix Healthcare System is seeking sources that can provide a Polaris Pro XD Full-Size diesel utility vehicle or equal. This requirement is in support of a brand name or equal requirement. See VAAR Clause 852.211-73 Brand Name or Equal (JAN 2008) for additional information. The equipment must have the following salient characteristics Motor / Drive: Drive train shall be a12 Volt system with a minimum of 24.5 Horse Power. Unit will include a 3-cylinder Kubota tier 4 Diesel engine. able to hall 500lbs of storage/materials Cargo / Utility Bed: Bed Size shall be the Standard 43.5 x 54 x 11.5 Cargo bed will include the dump-style release Chassis: Body shall be fully welded steel/metal construction. Operators Cab: Operators Cab shall be fully enclosed for the protection of occupants during poor weather conditions, and the rainy season. Cab should feature easy-to-remove and store doors. Open, lift to remove. This feature will allow occupants some comfort during the winter season. Performance load Capacity Able to hall 1250lbs of storage/materials Max Speed 26mph Tow Capacity 2500lbs Dimension: Overall Length: 126 Overall Width: 62.5 Height: 75 Wheel Base: 62 in 157 cm Ground Clearance: 11 Bed Size: 43.5 x 54 x 11.5 Power Supply/Drive Train Motor Diesel 24.5 HP Frame Fully welded steel frame, certified cab frame, and upper body plastic Steering: Electronic power steering Suspension: Multi-leaf springs, front & rear Brakes: 4-wheel Hydraulic disc brakes, front & rear, parking brake by transmission Bumpers: Heavy duty steel integrated front & rear Tires: 26x10-12 Duro DI-2042 Power Grip front and rear General Unit Weight: 1627lbs Seats: fix bucket seats, 2 person Instrumentation: All Digital Gauge, Speedometers, Odometer, Tachometers, 2 trip meters, hour Meter, Gear Indicator, Fuel gauges, Engine Temperature, Hi-Temp lights, clocks, Clutch belt slip warming, glow plug indicator, low oil pressure indicator, seat belt indicator, parking brake engaged alarm Light Accessory: K-Beacon, Rigid D-series driving lights, LED beacon work light 3. Offeror quotes must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal. 4. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. All offeror quotes for this solicitation must be received electronically through email to David Odne at david.odne@va.gov no later than Monday, April 24th, 2023, 11:00 AM PST. All interested companies shall provide quotations for the following requirements outlined in Enclosures 1. Ensure to reference solicitation number 36C26223Q0887 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. 5. Ensure the following are completed and/or included in the offer packet: 5.A. Offerors shall fill out all tabs of Enclosures 1 and Enclosure 2 in their entirety and return via email. 5.B. Vendor Information 5.C. Acknowledgement of amendments 5.D. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 5.E. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 6. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th 7. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. 8. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. 9. All shipping costs will be included in the cost of the hardware in the contract. 10. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 Effective January 30, 2022. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 10.A. FAR 52.212-1, Instructions to Offerors Commercial Items 10.B. FAR 52.212-2, Evaluation Commercial Items 10.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 10.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 10.E. FAR 52.217-6 Option for Increased Quantity 10.F. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 10.G. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 10.H. FAR 52.252-2, Clauses Incorporated by Reference 10.I. VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/148110b1fa084768b4eadee6a88634eb/view)
- Place of Performance
- Address: PHOENIX VA HEALTHCARE SYSTEM 650 EAST INDIAN SCHOOL ROAD, Phoenix 85012
- Zip Code: 85012
- Zip Code: 85012
- Record
- SN06652869-F 20230419/230417230112 (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 |