2320-- 36C260-22-AP-1618 Utility Vehicle Vantage LiV9DX

expired opportunity(Expired)
From: Federal Government(Federal)
36C26022Q0251

Basic Details

started - 10 Feb, 2022 (about 2 years ago)

Start Date

10 Feb, 2022 (about 2 years ago)
due - 19 Feb, 2022 (about 2 years ago)

Due Date

19 Feb, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C26022Q0251

Identifier

36C26022Q0251
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103374)VETERANS AFFAIRS, DEPARTMENT OF (103374)260-NETWORK CONTRACT OFFICE 20 (36C260) (3403)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

2 Combined Synopsis/Solicitation for 36C260-22-AP-1618 Utility Vehicle Vantage LiV9DX Brand Name or Equal 100% for Service-Disabled Veteran-Owned Small Businesses. 1. This is a combined synopsis/solicitation for 36C260-22-AP-1618 Utility Vehicle Vantage LiV9DX. Preferred is the Utility Vehicle Vantage Model: LiV9DX. Manufactured by VANTAGE VEHICLE INTERNATIONAL, INC. Brand Name or Equal as 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; proposals are being requested and a written solicitation will not be issued. The solicitation (RFQ 36C26022Q0251) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small
Businesses. The North American Industry Classification System NAICS Code is 336112: Light Truck and Utility Vehicle Mfg. Size Standard 1500. Offerors must be registered at https://vetbiz.va.gov, in order to be considered for award. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Proprietary Letter required. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see https://www.acquisition.gov. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: The following are salient characteristics needed for Walla Walla VAMC requires the procurement of the BRAND NAME or EQUAL: Utility Vehicle Vantage Model # LiV9DX. Brand Name or Equal: Utility Vehicle Vantage Model # LiV9DX. Manufacturer: VANTAGE VEHICLE INTERNATIONAL, INC. JONATHAN M WAINWRIGHT MEMORIAL VA Medical Center located in Walla Walla, WA. 99362 is requesting ONE (1) Tray Make-Up Conveyor. Preferred vehicle is the Utility Vehicle Vantage Model # LiV9DX. This is a Brand Name or Equal Requirement. SALIENT Vehicle Characteristics Off road maintenance truck Extended Cab - Two (2) Passenger Rating Battery electric Lithium battery minimum (180 Ah) Battery cell lifecycles greater than 2000 GVWR (kg/lbs.) - LSV/Off Road Use 1360 (3000)* Transmission F/N/R Automatic Transmission Radio 3 Point Seat Belt Backup Camera Power Windows Power Door Lock Bedliner Vehicle Length (minimum) x Width x Height (inches) 168.5L x 61.4W x 72.8H Truck Bed Dimensions Length (minimum) x Width x Height (inches) (88.2L x55.1W x13.8H) Turning diameter less than 35ft Top speed 25mph Horsepower minimum 35 * The V9 Series E-Active models meet the requirements of the FMVSS Standard 500 Regulation. ITEM INFORMATION In order to calculate shipping, the item will be shipped FOB Destination to: DEPARTMENT of VETERANS AFFAIRS JONATHAN M WAINWRIGHT MEMORIAL VAMC (687) 77 WAINWRIGHT DRIVE WALLA WALLA, WA. 99362 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. This is a Brand Name or Equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics products must meet to satisfy the Government s needs. a. Meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the items meet or exceeds the salient characteristics required by the Government. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 8. Delivery shall be within (180) days from the time of award. Shall be delivered to Roseburg VA Health Care System 913 NW Garden Valley Blvd Roseburg, OR. 97471. FOB Destination. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 10. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 1. Ability to meet brand name or equal description listed in the Salient Characteristics and provide Descriptive Literature to support in that decision. 2. Then a comparative price evaluation will be conducted, of those vendors, and an awardee selected. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.211-6 Brand Name or Equal (AUG 1999) 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.219-10DEV VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (NOV 2020) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms, or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to rex.maughan@va.gov no later than 17:00 PST on 02/18/2022. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 17. For information regarding the solicitation, please contact Rex Maughan at rex.maughan@va.gov

DEPARTMENT of VETERANS AFFAIRS JONATHAN M WAINWRIGHT MEMORIAL VAMC (687)  ,
 WA  99362  USALocation

Place Of Performance : DEPARTMENT of VETERANS AFFAIRS JONATHAN M WAINWRIGHT MEMORIAL VAMC (687)

Country : United States

You may also like

UTILITY TERRAIN VEHICLE

Due: 30 Apr, 2024 (in 3 days)Agency: U.S. CUSTOMS AND BORDER PROTECTION

IFB 24021MC Plug-in Hybrid Sport Utility Vehicle

Due: 09 May, 2024 (in 11 days)Agency: City of Dayton

Utility Vehicle with Plow

Due: 02 May, 2024 (in 4 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 336112
pscCode 2320Trucks and Truck Tractors, Wheeled