Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

38 -- Purchase Order for Building Equipment for VA Southern Nevada

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 22 Network Contracting Activity;Building 149;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA26210RQ0417
 
Response Due
8/20/2010
 
Archive Date
9/4/2010
 
Point of Contact
Rebecca Gloria
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items 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. The solicitation number VA-262-10-RQ-0417 is issued as a request for quote (RFQ) and is a brand name or equal. Brand name or equal description is intended to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirements. No telephone requests will be accepted. This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification System Code (NAICS) is 238290 and the Small Business Standard is $14.0 million. Line Item 01: Self Propelled Articulating Boom 1 EA - UNIT PRICE $ _______________, TOTAL PRICE $ _______________. Working height maximum 51 ft 6 in 15.87 m Platform height maximum 45 ft 6 in 13.87 m Horizontal reach maximum 25 ft 7.62 m Up and over clearance maximum 23 ft 1 in 7.04 m Platform length 2 ft 6 in.76 m Platform width 6 ft 1.83 m Height - stowed 6 ft 7 in 2.00 m Length - stowed 18 ft 3 in 5.56 m Width 5 ft 10.3 in 1.79 m 5 ft Wheelbase 6 ft 8 in 2.03 m Ground clearance - center 9.5 in.24 m PRODUCTIVITY Lift capacity 500 lbs 227 kg Platform rotation 180 ° Vertical jib rotation - Turntable rotation 355 ° non-continuous Turntable tailswing zero Drive speed - stowed 3.0 mph 4.8 km/h Drive speed - raised 0.61 mph 1.0 km/h Gradeability - stowed 30% Turning radius - inside 6 ft 1.83 m Turning radius - outside 14 ft 4.27 m Controls 24V DC proportional Tires 9 x 14.5 in POWER Power source - DC 48V DC (eight 6 V batteries, 350 Ah capacity) Power source - Bi-Energy 48V DC (eight 6 V batteries, 350 Ah capacity) with Kubota 13.3 hp (9.9 kW) diesel driven alternator Auxiliary power unit 24V DC Hydraulic tank capacity 8 gal 30.3 L Fuel tank capacity- Bi-Energy 9 gal 34.1 L WEIGHT**** DC 15,350 lbs 6,963 kg Bi-Energy 15,850 lbs 7,190 kg ANSI A92.5, CSA B354.4, EN 280, AS 1418.10 The self-propelled articulating boom lift options include alarm package, platform work light, control box cover and swing gate with pre-delivery inspection/instruction. Offer must also include brochure with specifications of your product. Delivery of equipment shall be F.O.B. Destination to the VA Southern Nevada Healthcare System, Building 2, 6900 North Pecos Rd., Las Vegas, NV 89086, within consignee's premises. At the time of delivery, the equipment and all associated equipment shall be new, free from defects and in good working condition. Re-manufactured equipment will not be accepted. Offerors must comply with all instructions contained in provision 52.212-1 Instructions to Offerors - Commercial Items. Pursuant to FAR Clause 52.212-4, para (t), Central Contractor Registration (CCR), after initial registration, the contractor is required to update registration data as changes occur and must re-register annually to ensure all data remains current. Noncompliance with this requirement will preclude the exercising of any option periods that may be included herein and will be cause for termination of the contract at such time noncompliance is discovered. Refer to cited Clause for more details. You are required to register with the CCR database at the following web address: CCR - http://www.ccr.gov. It is imperative that you complete this registration in order to be considered for contract award. In accordance with FAR Provision 52.212-1 paragraph (j), please provide the Dun and Bradstreet Number assigned to your firm in the space provided: DUNS# __ __ - __ __ __ - __ __ __ __. 52.212-3 Offerors Representations and Certifications - Commercial Items - THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE OFFER, a copy of the provision may be attained from https://www.acquisition.gov/Far/ or by contacting the Contracting Officer. 52.212-4 Contract Terms and Conditions - Commercial Items (10/03) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 1, 22, 31, 34, 39. The following additional clauses and provisions apply: FAR 52.204-7 Central Contractor Registration ; FAR 52.211-6 Brand Name or Equal; FAR 52.232-18 Availability of Funds; FAR 52.233-2 Service of Protest; VAAR 852.211-71(a) Guarantee; VAAR 852.211-77 Brand Name or Equal; VAAR 852.270-4 Commercial Advertising; VAAR 852.237-70 Contractor Responsibilities. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The full text of a clause and provision may be accessed electronically at this/these addresses: Federal Acquisition Regulation Home Page: https://www.acquisition.gov/Far/; Veterans Affairs Acquisition Regulation Home Page: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. Warranty information shall be provided. Technical in-service training shall be provided at no additional cost to the Government. Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable to this acquisition. The Government will consider all quotes received by 12:00 PM PST August 20, 2010. Offers may be emailed to Rebecca Gloria, at Rebecca.Gloria@va.gov with "VASNHS Equipment Offer" in the subject title or mailed to Network Contracting Activity, Bldg. 149, Attn: Rebecca Gloria 5901 E. 7th Street, Long Beach, CA 90822
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26210RQ0417/listing.html)
 
Record
SN02234794-W 20100812/100810235235-e3d8a910c1d631a53686f961db1b068e (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.