Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

38 -- Coyote Dumpers

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
VA Palo Alto Health Care System;Attn: 90/CCA;3801 Miranda Ave;Palo Alto CA 94304
 
ZIP Code
94304
 
Solicitation Number
VA-261-06-RQ-0094
 
Response Due
8/25/2006
 
Archive Date
10/24/2006
 
Small Business Set-Aside
N/A
 
Description
Description Solicitation No. VA-261-06-RQ-0094. The proposed contract action is for a Coyote D40 Articulated Dumper or equal for the San Joaquin Valley National Cemetery, Davis Facility. This brand name or equal piece of equipment must have the following minimum requirements: articulated front dump bed, automatic transmission, 4-wheel drive, and minimum load capacity of 8,800 lbs, must have a cab equipped with front, rear, and side glass, and must turn completely around. The bucket must be able to tip to the front and either side. This procurement is being conducted under FAR Subpart 13.5 Test Program; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Par 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. All responsible sources that can meet these requirements and provide services as listed may respond to this solicitation by submitting cost and technical proposals; offers of equal quality must include a copy of the technical description and/or product literature, as well as, a description of commercial warranty, include location and past performance history. NAICS code is 333120 and the small business size standard is 750 employees. Product Service code 3805 applies. Award will be firm fixed-price contract, FOB destination with payment in arrears on certified invoice. The government will award to obtain the best value for the government including price, price-related factors and technical capability and past performance being considered and all are approximately equal. The following incorporated clauses and provisions are those in effect through FAC 2005-11 and are applicable to this acquisition; offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with his/her offer. Faxed proposals will be accepted followed by original hard copy proposals by overnight express (FedEx or equivalent) to arrive the next business day. Telephone requests will NOT be accepted. All questions must be submitted in writing, questions may be faxed to W. Ulibarri, (650) 849-0332 or emailed to bill.ulibarri@va.gov. You may also mail to William Ulibarri, Consolidated Contracting Activity (CCA/90), VAPAHCS, Room C-140, Bldg. 6, 3801 Miranda Ave., Palo Alto, CA 94304. This is a one time procurement, delivery is requested as soon as possible. Electronic solicitation may be accessed at no cost at www.fedbizopps.gov . Any amendment issued against this solicitation will also be available from the same URL address. Contractor is responsible for submitting all documents required in accordance with the solicitation, including any amendments which will be posted on this website. Solicitation is also subject to availability of funding. Price includes all parts and labor to repair any failure due to a manufacturer or installation. Quotations shall be submitted on an all or nothing basis. Partial quotations will be rejected. Quotations shall be valid for 60 days from offer due date. The following provisions and clauses apply plus any addenda: SOLICITATION PROVISIONS/CONTRACT CLAUSES FAR 52.212-1 Instructions to Offerors - Commercial Items (JAN 2006) FAR 52.212-2; Evaluation - Commercial Items (JAN 1999) For the purposes of this clause the evaluation factors will be price and past performance being of both equal importance. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2005) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SEPT 2005) FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items (FEB 2006) For the purposes of this clause, items (b) 1, 7, 13, 14, 16, 17, 18, 19, 20, 21, 23 and 32 are considered checked and apply; FAR 52.343-38 Submission of Electronic Funds Transfer Information with Offer (MAY 1999) FAR 52.233-2 Service of Protest (AUG 1996) VAAR 852.233-70 Protest Content (JAN 1998) VAAR 852.233-71 Alternative Protest Procedure (JAN 1998) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.247-34 F.O.B. Destination (NOV 1991) VAAR 852.270-1 Representatives of Contracting Officers (APR 1984) VAAR 852.270-4 Commercial Advertising (NOV 1984) VAAR 852.270-4 Contactor Responsibilities (APR 1984). Offeror may obtain copies of the referenced provisions and clauses at http://arnet.gov/far and http://www.va.gov/oa&mm/vaar/ or by sending an email to the Contracting Officer at bill.ulibarri@va.gov. The Contracting Officer may add any additional contract requirements or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the Contracting Officer to necessary for this acquisition and consistent with customary commercial practices. Quotations shall be submitted in hard copy to: William Ulibarri, (90CCA), VA Palo Alto Health Care System, Bldg. 6, Room C-140, 3801 Miranda Ave., Palo Alto, CA 94304 or via fax to the Contracting Officer at (650) 849-0332. Web based offers will not be accepted. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses, are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net.
 
Place of Performance
Address: San Joaquin National Cemetery;32053 W. McCabe Rd.;Gustine, CA
Zip Code: 95322
Country: US
 
Record
SN01110142-W 20060811/060809220748 (fbodaily.com)
 
Source
FedBizOpps 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.