Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

23 -- PACIFIC DISTRICT (OAK): Eagle Point National Cemetery (1) Caterpillar Skidsteer 259D CTL - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration (NCA);NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q9538
 
Response Due
7/19/2018
 
Archive Date
9/17/2018
 
Point of Contact
Tene Becknell
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
8 This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C78618Q9538 is issued as a Request for Quotation (RFQ) from interested Quoters. We anticipate a 100% Veteran Owned Small Business (SDVOSB) Open Market set-aside for this procurement so this requirement will be set aside for SDVOSB concerns. To receive award consideration as an SDVOSB concern, your company must have a current SDVOSB certification/registration in the Veteran Information Pages (VIP) database at www.vip.vetbiz.gov. The North American Industry Classification System (NAICS) code for this requirement is 333120 Construction Machinery Manufacturing with a size standard in number of employees at 750 employees. Any interested Quoter that does not meet the capability and size standard under this NAICS code, should not submit a response to this Combined Synopsis/Solicitation quotation request. Quoters must also have a current registration in the System for Award Management (SAM) at www.sam.gov and are encouraged to go to the SAM database www.sam.gov to verify active status to avoid any possible delays in contract award. Company Online Representations and Certifications (Reps and Certs) information must also be current in SAM database to qualify to receive a contract award. Quoter must be an authorized Caterpillar reseller and must provide proof of authorization. DESCRIPTION OF COMMODITY NEED: The Eagle Point National Cemetery located at 2763 Riley Road, Eagle Point, OR 97524, has an immediate need for the following: One (1) Caterpillar 259 D Compact Track Loader (Skidsteer) with Dealer Assembly and Set-Up* *(Brand Name or Equal) SPECIFICATIONS: Caterpillar 259 D Compact Track Loader (Skidsteer) Quantity: One (1) Each Model: CAT 259 D Compact Track Loader Body Color: N/A Powertrain/Engine: Diesel 3.3B, 74.3 HP, EPA tier 4f, electric fuel prime pump, glow plugs, liquid cooled direct injection, vari speed hydraulic cooling fan on demand, lockable engine enclosure, hydraulic oil & fuel cartridge type filters, hydrostatic transmission, dual element radial seal air cleaner, radiator/ hydraulic coolers Undercarriage: Rubber belt dual flange front idler, single flange rear idler, rubber 320mm blck steel embedded w. standard constr block tread 66 inch machine width Brakes: Spring applied hydraulically released parking brake Hydraulics: High flow, dual direction electronic self level (raise & lower), electronic snubbing (raise & lower) Horsepower: HP(KW) 74.3 (55.4) @ 2400 rpm Battery system: Heavy Duty disc, 850 CCA w/ disconnect switch Electrical: 12v electrical system/ 80 amp alternator ignition key, back up alarm Operator Environment: Adjustable Suspension air ride heated seat, Control interlock system, Enclosed ROPS cab, w/ door glass, heat, defrost, A/C, floormats, rear view mirror, horn, hand dial throttle, ISO joystick controls: electronic foot pedal 3 seatbelt, FOPS Level 1, storage compartment Display: Advanced LCD screen w/ digital gauge, creep control, fuel, temp, coolant, hydr temp gauges, back up camera, warning system indicators, Lights: 2 cab mount forward facing halogen work lights & 2 rear facing frame mount halogens Frame: Lift linkage, vertical path, one piece welded chassis, 4 machine tie downs, split D ring to route worktool hoses, welded rear bumper, support lift arm, HD flat faced quick disconnects with pressure release Ops capacity: Rated at 50% tipping load 2900 lb 35% tipping load 2030 lb Suspension: Independent torsion 4 axle, 2 speed Attachments: Bucket-GP, BOCE 72 heaped capacity w/ 1 piece bolt on cutting edge External Counterweights Submitting Your Quote: *NOTE*: IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION AND RECEIPT OF YOUR QUOTATION AND SUPPORTING DOCUMENATION TO THE DESIGNATED CONTRACTING OFFICER (CO) PRIOR TO THE SUBMISSION DEADLINE FOR THIS COMBINED SYNOPSIS/SOLICITATION REQUIREMENT. Quoters shall submit their quote (in.pdf format only) via email with your company logo on company letterhead to Ms. Tené Becknell @ tene.becknell@va.gov and MUST include the following additional information: Detailed item description(s) of specifications as outlined above Unit price/Unit quantity/Overall Total Pricing Applicable Shipping/Handling Charges (including dealer assembly set-up, as applicable) Proposed delivery date Company Name, address, telephone number, email address of Quoter (No PO Box Addresses) Company DUNS number Confirmation of your company s status as a CERTIFIED Veterans Information Pages (VIP) certified Service Disabled/Veteran Owned Businesses (SDVOSB) concern. Certification (must be active/current) Company Capabilities Statement Proof that company is an authorized Caterpillar reseller/distributor 333120 NAICS Code profile verification Proof of current System for Award Management (SAM ) registration (completed copy of FAR 52.212-3 - Quoters Representations and Certifications- Commercial Items). Terms of any express warranty (if applicable) Quoters are hereby advised that any Quoter-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Quoters s quote unacceptable, and thus ineligible for award. The provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible Quoter whose Quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Quotes based on (LPTA) Lowest Priced Technically Acceptable. All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The Quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Quoter whose price for items are lowest among all quotes that were deemed to be technically acceptable. Quoters who fail to meet the technical requirements of the solicitation will be rated unacceptable and thus, ineligible for award. Quotes will be evaluated based on the following factors listed as shown below: TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the quote demonstrates a clear understanding of the technical specifications or features involved in meeting the requirements and whether the Quoter s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical Quotes, if deemed necessary by Quoter to supplement the descriptive literature) will be evaluated to determine whether the quoted items meet all of the technical requirements (described above) and are thus considered technically acceptable. Any quoted product that does not meet all of the salient characteristics will be deemed technically unacceptable, and thus ineligible for award. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a unit price line basis. The Government will evaluate Quotes by adding the total of all line item prices. Evaluation Process: A Responsibility Determination will also be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of financial risk, responsibility and ability the databases include, but are not limited to: Duns & Bradstreet, PPIRS, EPLS, CPARs, VetBiz (VIP) and the Small Business Administration (SBA). ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACTING OFFICER ONLY! Please do not contact the Eagle Point National Cemetery regarding this solicitation. Interested Quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted in writing to Ms. Tené Tarver Becknell at tene.becknell@va.gov. All questions must be received by no later than July 17, 6:00PM (EST) to allow a reasonable response time to questions prior to close of the solicitation. No questions will be accepted after 12:00 p.m. (Eastern) July 17, 2018 as this solicitation will close on July 20, 2018 at 6:00 pm (Eastern). Due Date for Final Quote Submission: Quotes must be received by July 20, 2018 at 6:00 pm (Eastern) and are to be emailed to Tené Becknell at tene.becknell@va.gov. CLAUSES: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS FAR 52.212-4, Contract Terms and Conditions (JAN 2017) applies to this acquisition. Addendum to The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) applies to this acquisition. PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-3, Gratuities (APR 1984) 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013) 52.246-1 Contractor Inspection Requirements (APR 1984) 52.247-34, F.O.B. Destination (NOV 1991) 52.246-16 Responsibility For Supplies (APR 1984) Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm SOLICIATION PROVISIONS: 52.212-1, Instructions to Quoters- Commercial Items (JAN 2017) 52.209-7, Information Regarding Responsibility Matters (JUL 2013) 52.216-1 Type Of Contract (APR 1984) 52.233-2, Service of Protest (Sep 2006) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Quoter Representations and Certifications-Commercial Items (JAN 2017) ADDITIONAL PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-16, Commercial and Government Entity Code Reporting (JAN 2016) 52.204-17, Ownership Or Control Of Quoter (JUL 2016) 52.211-6, Brand Name or Equal (AUG 1999) 52.223-1, Biobased Product Certification (MAY 2012) 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015) VAAR CLAUSES: The VAAR Clauses that may be applicable to this acquisition are: 852.203-70, Commercial Advertising (JAN 2008) 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-73 Brand Name or Equal (JAN 2008) 852.211-75, Product Specifications (JAN 2008) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 853.232-72 Electronic Submission Of Payment Request (NOV 2012) 852.233-71 Alternate protest procedure (JAN 1998) 852.246-71, Inspection (JAN 2008) Information concerning clauses and provision incorporated by reference may be obtained in Full text at https://www.acquisition.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to conduct business with or enter into a contract award with any company or its affiliates or otherwise, that pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9538/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q9538 S02 -36C78618Q9538 - Solicitation for Eagle Point Skid Steer 071018.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4471765&FileName=36C78618Q9538-000.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4471765&FileName=36C78618Q9538-000.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;National Cemetery Administration (NCA);Eagle Point National Cemetery;2763 Riley Road;Eagle Point, OR 97524
Zip Code: 97524
 
Record
SN04987968-W 20180713/180711231421-cc6b95c447ddd96057e13dea91de442b (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.