The RFP Database
New business relationships start here

Kawasaki mule


Pennsylvania, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for Kawasaki mule, BRAND NAME OR EQUAL, as prepared in accordance with the format in 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. A firm-fixed price purchase order is anticipated.
(ii) The solicitation number is 36C24418Q9560_2 and is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95
(iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 339112 has a small business size standard of 1000.
(v) Contract Line Items (CLIN):
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

2.00
EA
__________________
__________________

2018 KAWASKAI TRANS MULE 4 X 4 SE (BLACK) EIL 041, CSN: 2320-438843, NXR-5YR-EMS-MULES
LOCAL STOCK NUMBER: KA400NJF


0002

2.00
EA
__________________
__________________

FRONT CAB ASSY
LOCAL STOCK NUMBER: KAF4OT-001BA


0003

2.00
EA
__________________
__________________

REAR CAB ASSY
LOCAL STOCK NUMBER: KAF4OT-002BA


0004

2.00
EA
__________________
__________________

FRONT DOORS
LOCAL STOCK NUMBER: KAF4OT-003BLK


0005

2.00
EA
__________________
__________________

REAR DOORS
LOCAL STOCK NUMBER: KAF4OT-004BLK


0006

2.00
EA
__________________
__________________

HY SPRINGS 2@ $28.65
LOCAL STOCK NUMBER: 92144-1919


0007

2.00
EA
__________________
__________________

BEACON LIGHT
LOCAL STOCK NUMBER: KAF102


0008

2.00
EA
__________________
__________________

HEATER
LOCAL STOCK NUMBER: KAF40-019


0009

2.00
EA
__________________
__________________

TURN SIGNAL KIT
LOCAL STOCK NUMBER: 12345


0010

2.00
EA
__________________
__________________

IGN SWITCH (KEYED ALIKE)
LOCAL STOCK NUMBER: 27005-0625


0011

2.00
EA
__________________
__________________

HITCH DRAWBAR
LOCAL STOCK NUMBER: KAF138


0012

2.00
EA
__________________
__________________

MIRRORS


0013

2.00
EA
__________________
__________________

INSTALL ACCYS


0014

1.00
EA
__________________
__________________

FREIGHT












GRAND TOTAL
__________________


DELIVERY SCHEDULE

ITEM NUMBER
QUANTITY
DELIVERY DATE
0001
SHIP TO:
H.J. Heinz campus
1010 Delafield Road
Logistics warehouse building 49
Pittsburgh, PA 15215
USA
F.O.B. Destination
2.00


MARK FOR:
Peter Albertson
412-360-3691
Peter.Albertson@va.gov




(vi) BRAND NAME OR EQUAL PRODUCTS
In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2).

Manufacturers
Name: ____________________________________________________________________________.

Brand: _______________________________________________________________________

Model No.:____________________________________________________________________

Statement of Work
All-Terrain Vehicle

This acquisition is for housekeeping equipment specifically vehicle for moving housekeeping supplies, equipment, personnel to and from buildings at HJH campus.

It must include the vehicle/machine, all parts, the vehicle must come fully functional with all parts and accessories, motor, starter, gearing, steering, turn signals, enclosed cab, doors, locks, latches, ignition, keys, windshield wiper, head light, tail lights, turn signals, batteries, charger, manuals, operator manuals, warranty card, warranty documentation, etc.

Salient Characteristics:
General specifications

gasoline powered
utility vehicle
transmission is 4X4
Performance
maximum torque 47 nm
minimum turn radius 3.4
2-person seat with enclosed cab
average length 118 inches
average width 62 inches
average height 76 inches
wheel base 74 inches
tread front 45.6 inches
tread back 46.5 inches
weight 1300-1450 lbs.
cargo bed dimensions 46.6 -inch x 51.5-inch x 11.34 inch
ground clearance 6-10 inches
front rear independent suspension
wet disc brakes, modern braking system
Engine
diesel or gasoline powered
diesel preferred
2-cylinder, 4 stroke liquid cooled
displacement about 617 CM3
compression ratio 10/3 : 1
electric starter
order of cylinder 1, 2 firing order 1, 2
carburetion system F1 fuel injection
ignition system magneto and transistor
lubrication forced/sump
Drive train
4WD, gear
transmission 2 speed, reverse, automatic
Frame
steel tube, ladder style heavy duty
steering, power steering assist EPS or equal system
fuel tank with capacity of 23 gallons-23.5 gallons
Electric equipment
battery, 12 volt
headlights
turn, tail and brake light
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda:

CLAUSES:
52.211-6 Brand Name or Equal (AUG 1999)
52.214-21 Descriptive Literature (APR 2002)
852.211-73 Brand Name or Equal. (JAN 2008)
852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside

(a) Gray market items are Original Equipment Manufacturer s (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.B No remanufactures or gray market items will be acceptable.
B
(b) Vendor 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.B 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.

(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B 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 toB 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.B

(ix) Evaluation of this requirement will be based on PRICE ONLY.
(x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:
(End of Clause)
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):
http://farsite.hill.af.mil
https://acquisition.gov/far
(End of Clause)

852.203-70 Commercial Advertising (JAN 2008)
852.246-71 Inspection (Jan 2008)
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
(xiii) Additional conditions:
All responses must include verification that each specification outlined in Section (vi) is met.
All interested parties shall be registered, active and verified with the following sites to be considered for award.
SAM:
http://www.sam.gov
VETBIZ
https://www.vip.vetbiz.gov/Public/Search/Default.aspx
(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
(xv) Quotes must be emailed to John.Ritter2@va.gov and received no later than 8/24/18 4:30 PM EST on the close date. Quote may be submitted on this document or the vendor s own form.
Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form.
If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award.
(xvi) For information regarding the solicitation, please contact John Ritter at John.Ritter2@va.gov ; NO PHONE CALLS WILL BE ACCEPTED

John Ritter

John.Ritter2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP