The RFP Database
New business relationships start here

Utility Carts


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Synopsis/Solicitation
Solicitation Number:
36C25019Q1165
Posted Date:
7/18/2019
Original Response Date:
7/24/2019
Current Response Date:
7/24/2019
Product or Service Code:
2305, Ground Effect Vehicles
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
336112, Light Truck and Utility Vehicle Manufacturing


Contracting Office Address
Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409

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; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.

The associated North American Industrial Classification System (NAICS) code for this procurement is 336112, Light Truck and Utility Vehicle Manufacturing with a small business size standard of 1,500 employees. This is a 100% total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement.

The VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105 is seeking to purchase four (4) new RTV-X1100CWL-H CAB 4wd Utility Vehicles, with heat, front/back lights, mirrors, wipers, A/C, hydraulic bed dump, spray in bed liner, Kubota Diesel Engine HST drive, power steering, roll up and down windows. Strobe light LED, rear window screen, back up alarm.
*Herculiner, herculine floors up to the dash, inside of doors to match underside of cab, underside of bed.
*Western Impact Plow V Plow
*5 4 UTV Tornado Salt Spreader

Equipment shall be delivered fully assembled and in operational condition. Equipment shall be offloaded by vendors designated carrier to the street level. Pre-notice of delivery date is required with minimum 24 hours notice given to logistics. Operational condition and assessment shall be validated by the logistics POC. All contracted equipment and accessories shall be inventoried and accounted for to ensure brand new condition upon arrival.

This combined synopsis/solicitation uses a brand name or equal description of the products required. This permits prospective contractors to offer products other than those specifically referenced by brand name. Items called for have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory.






All interested companies shall provide quotes for the following:

Line
Item
Model Number

Description

Quantity

Unit Price
Extended Price
1
RTV-X1100CWL-H CAB
4wd Utility Vehicle
4 Each


2
K7731-99620
Front Work Lights (set)
4 Each


3
K7731-99620
Rear Work Lights (set)
4 Each


4
K7731-99610
Turn/Haz light kit
4 Each


5
77700-V5059
Rear View Mirror
4 Each


6
77700-VC5058
Strobe light LED
4 Each


7
K7711-99280
Rear Window Screen
4 Each


8
K7591-99640
Back-up Alarm
4 Each


9
Western Impact Plow*
V Plow
1 Each


10
5'4" UTV Tornado*
Salt Spreader
1 Each


11
Herculiner*
Liner
4 Each


Total Price


Trade Ins:
Trade in 1995 John Deere 850D w/cab, heat and salt spreader
Trade in 1994 John Deere Diesel 6X6 w/cab and heat
Trade in #1 TE Electric John Deere w/cab and heat, new batteries
Trade in #2 TE Electric John Deere w/cab and heat , new batteries

OFFERORS SHALL PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal)

This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. 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, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions.


Place of Performance
The Contractor shall deliver the quoted items, FOB Destination. Contractor shall indicate on the quote how many days after receipt of an order (ARO) the items can be delivered. Contractor shall deliver the items fully assembled and in operational condition. Delivery shall be to The VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105-2303.

Award shall be made to the contractor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price.

The following solicitation provisions apply to this acquisition:
FAR 52.211-6, Brand Name or Equal (Aug 1999)
FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018)
FAR 52.212-3, Offerors Representations and Certifications Commercial Item (Jan 2017)
VAAR 852.211-72, Technical Industry Standards (Nov 2018)

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013)
VAAR 852.203-70, Commercial Advertising (May 2018)
VAAR 852.211-70, Service Data Manual (Nov 2018)
VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION)
VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018)
VAAR 852.246-71, Rejected Goods (Oct 2018)

The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
This is an open-market combined synopsis/solicitation.B The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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: (Contractor shall list exception(s) and rationale for the exception(s)).
Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov.

To be eligible to respond as an SDVOSB, a firm must be Center for Veterans Enterprise (CVE) registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov. Offers received from concerns that are not Service-Disabled Veteran-owned Small Business (SDVOSB) shall not be considered and will not be evaluated.

Quotes shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 5:00 pm ET, July 24, 2019. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 5:00 pm ET, July 23, 2019. Questions received after the specified date and time will not be considered.

Point of Contact
LouAnn Gilliland
Contract Specialist
Network Contract Office (NCO) 10
Office: 937-268-6511
Email: LouAnn.Gilliland@va.gov

Lou Ann Gilliland
Contract Specialist
937-268-6511 ext 2928

Procurement POC

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP