2310--UTV Kubota RTV-X1100CWL-H 2-door Brand Name or Equal This is not a rquest for quote

expired opportunity(Expired)
From: Federal Government(Federal)
36C24423Q0383

Basic Details

started - 01 Feb, 2023 (14 months ago)

Start Date

01 Feb, 2023 (14 months ago)
due - 09 Feb, 2023 (14 months ago)

Due Date

09 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
36C24423Q0383

Identifier

36C24423Q0383
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103020)VETERANS AFFAIRS, DEPARTMENT OF (103020)244-NETWORK CONTRACT OFFICE 4 (36C244) (6027)

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.

THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY FY23. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This is Not a request for quote, and no solicitation exist at this time. Therefore, do not request a copy of a solicitation. STATEMENT OF NEED (1)-Kubota RTV-X1100CWL-H 2-door V-Series work vehicle GENERAL: The Nutrition and Food Department at the Pittsburgh VAMC at the H.J. Heinz campus in Aspinwall PA, has a Brand Name requirement for Kubota RTV-X1100CWL-H V-Series work vehicle with hydraulic dump bed. Equipment is needed for the department s daily duties and safe transportation of needed materials throughout the facility. REQUIREMENTS: Contractor shall
provide the following brand name or equal equipment in accordance with the specifications as outlined below. The firm fixed price for the new equipment will include all costs associated with any preparation, installation, and delivery of the equipment. Kubota RTV-X1100CWL-H V-Series 2-door work vehicle-Quantity-1 Minimum specifications for equipment to be considered as equal: Engine type liquid cooled diesel / Kubota D1105 3-cylinder 68.5 cu. In. Fuel capacity 7.9 gallons or greater Powertrain VHT-X Variable hydraulic four-wheel drive, forward and reverse, limited slip front differential, rear differential lock Hydraulics- Hydrostatic power steering, Hydraulic cargo dump, Hydraulic oil cooling Safety Equipment- Enclosed cab SAE J2194 & OSHA 1928 ROPS, Retractable 2-point seat belts Operator s seat to be 60/40 split bench with driver s side seat adjustment Strobe light beacon on top of cab. Cab Light System: head lights, turn signals, flashers, and tail lamps Cab: Heated & Air conditioned & Defroster Factory installed, all-season, safety cab with lights, heat, & air conditioning. Fully opening roll down door windows Mirrors interior and side mirrors Wheelbase 80.5 or less 2-inch hitch receiver front & back Brakes- front/rear wet disc Deluxe front guard- radiator guard, bumper, & lens guard CARGO BOX Quantity 1 Compatible with item 2.1. Width- 57.7 inches Length- 40.5 inches Depth- 11.2 inches Load capacity- 1102 lbs. Hydraulic dumping Factory spray on bed liner DIMENSIONS Width- 63.2 inches Height- 79.5 inches Length- 120.3 inches Wheelbase- 80.5 inches Turning radius- 13.1 feet Tow capacity- 1300 pounds Tires- heavy duty work site 25 X 10-12, 6 ply Minimum specifications for equipment to be considered as equal: Engine type liquid cooled diesel / Kubota D1105 3-cylinder 68.5 cu. In. Fuel capacity 7.9 gallons or greater Powertrain VHT-X Variable hydraulic four-wheel drive, forward and reverse, limited slip front differential, rear differential lock Hydraulics- Hydrostatic power steering, Hydraulic cargo dump, Hydraulic oil cooling Safety Equipment- SAE J2194 & OSHA 1928 ROPS, Retractable 2-point seat belts, rear protection screen Operator s seat to be 60/40 split bench with driver s side seat adjustment Rear- bench seat Strobe light beacon on top of cab. 2-inch hitch receiver front & back Brakes- front/rear wet disc Deluxe front guard- radiator guard, bumper, & lens guard ADDED CAB ENCLOSURE Quantity 1 Compatible with item 2.1. 77700-VC5047 mid panel vinyl 77700-VC5045 4 seat cab enclosure 77700-VC5076 mirrors, external (2) 77700-VC5083A cab heater 77700-VC5030 wiper kit 77700-VC5025 windshield tempered glass 77700-VC5043 plastic canopy 77700-VC5080 wire harness kit Multiple accessory K7591-99610 turn sig/hazard light kit /X900, X1120D K7591-99640 back up alarm CARGO BOX Quantity 1 Compatible with item 2.1. Width- 57.7 inches Length- 26 inches Depth- 11.2 inches Load capacity- 661 lbs. Hydraulic dumping Factory spray on bed liner DIMENSIONS Width- 63.2 inches Height- 79.5 inches Length- 142.1 inches Wheelbase- 98.2 inches Turning radius- 17.1 feet Tow capacity- 1300 pounds Tires- heavy duty work site 25 X 10-12, 6 ply DELIVERY: Contractor shall complete delivery of equipment before on March 31, 2024. Packaging shall be marked to the attention of the Ground Service Supervisor, with delivery to the following address: Pittsburgh VAMC, Heinz Campus Attn: Gene Dandrea Supervisor Building 49, 1010 Delafield Road Pittsburgh, PA 15215 Specific delivery date and time shall be coordinated with Gene Dandrea, at (412)-822-1890, or via email at: gene.dandrea@va.gov. Request for Information Instructions The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to no later andrew.taylor3@va.gov than, 4 PM Eastern Standard Time (EST) on February 9, 2023 with 36C24423Q0383 in the subject line. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer, Andrew Taylor. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Andrew Taylor, Contracting Officer DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document

VA Pittsburgh Healthcare System 1010 Delafield Rd  ,
  15215  USALocation

Place Of Performance : VA Pittsburgh Healthcare System 1010 Delafield Rd

Country : United StatesState : PACity : Pittsburgh

Classification

naicsCode 336110Automobile and Light Duty Motor Vehicle Manufacturing
pscCode 2310Passenger Motor Vehicles