Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

35 -- RODDING MACHINE, TRAILER-MOUNTED HYDRAULIC SEWER CLEANER

Notice Date
8/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (662/90C), 4150 Clement Street, San Francisco, California 94121
 
ZIP Code
94121
 
Solicitation Number
261-0266-03
 
Response Due
9/15/2003
 
Archive Date
10/15/2003
 
Point of Contact
Contracting Officer - Karen Smith, Contracting Officer, (415) 750-2163
 
E-Mail Address
Email your questions to Karen Smith
(karen.smith3@med.va.gov)
 
Description
The Sierra Pacific Network Consolidated Contracting Activity (CCA) is issuing a Commercial Item Request for Quotation (RFQ) in accordance with FAR 12.203 to purchase Rodding Machine, Trailer-mounted Hydraulic Sewer Cleaner as described herein or the Department of Veterans Affairs, VA Palo Alto Health Care System, 3801 Miranda Avenue, Palo Alto, CA 94304, a Department of Veterans Affairs facility within the 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; Quotations are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with the commercial items procedures of FAR Part 12. The NAICS is 421830. VISN 21 CCA intends to solicit quotations and purchase the following items: 1) One (1) each Rodding Machine, Trailer-mounted Hydraulic Sewer Cleaner. Includes: Continuous Rod 1000 feet .375. Additional Continuous Rod 500 Feet .375. 24 HP engine. Rotating head Drive. Dual hydraulic pumps. 1500' Continuous Rod Reel Capacity. Dual level controls. Footage meter Resetable Head Mounted. Footed meter resetable friction roller. Separate Rod Travel speed valve & gauge. Hydraulic breaks. Pintel Ring Hitch. Tongue mounted tool box. 18' lightweight rod guide hose. (2) Swing up leveling legs with crank. Lower manhold brace LMB-2. Rod bending kit .375 CRBK-2. Rod oiler. Rod wiper tool with pads. Hydraulic drive roller holddowns. Tachometer. Light over pressure guage. Hour meter. Interior lights. Strobe light. Flood light on operating end. Hand held spotlight with 12-foot cord. Offerors shall include warranty information with offer. Offeror shall demonstrate the ability to obtain compatible repair parts. Quotations shall be submitted on an all-or-none basis. Partial quotations shall be rejected. Quotations shall be valid 60 days from offer due date. Prices are F.O.B. Destination. All responses shall be for specified manufacturer/brand name or equal. Quotations shall include the following: 1) descriptive literature and product number for item offered; 2) Separate unit cost of each item; 3) evidence of past performance of contracts of similar type, scope size and complexity that are ongoing or completed within past three years, references with points of contacts for contracts must be identified. 4) Delivery time. 5) Availability of obtaining compatible repair parts. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items and Addendum; 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative protest Procedure; 52.212-4 Contract Terms and Conditions-Commercial Items and Addendum; 52.211-6 Brand Name or Equal; 852.211-77 Brand Name or Equal; 52.232.18 Availability of Funds; 52.247-34 F.O.B. Destination; 852.270-1 Representatives of Contracting Officers; 852.270-4 Commercial Advertising; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under Section b (3) (5) (8) (11-16) (18) (24). This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Offeror shall submit all information with offer as required in 52.212-1; a completed copy of provisions 52.212-3 Offeror Representations and Certifications-Commercial Items; and 852.219-70, Veteran Owned Small Business Certification. Offerors may obtain copies of the reference provisions and clauses at: http:///arnet.gov/far and http://www.va.gov/oa&mm/vaar/ or by sending a fax request with the offeror's e-mail address to the contracting officer at (415) 750-2170. Quotations must be received by September 15, 2003 3:00pm local time. Quotations shall be submitted in hard copy to: Karen Smith (90/CCA) VA Medical Center, 4150 Clement Street, Building Six, 1st floor, Room 102, San Francisco, CA 94121 or via fax to the contracting officer at the number shown above. Web based offers will not be accepted. Telephone inquires will not be accepted.
 
Web Link
RFQ 261-0266-03
(http://www.bos.oamm.va.gov/solicitation?number=261-0266-03)
 
Record
SN00416070-W 20030831/030829213555 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.