2320--BOBCAT TOOLCAT BRAND NAME OR EQUAL PRODUCT

expired opportunity(Expired)
From: Federal Government(Federal)
36C24623Q0225

Basic Details

started - 26 Jan, 2023 (15 months ago)

Start Date

26 Jan, 2023 (15 months ago)
due - 03 Feb, 2023 (14 months ago)

Due Date

03 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
36C24623Q0225

Identifier

36C24623Q0225
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103257)VETERANS AFFAIRS, DEPARTMENT OF (103257)246-NETWORK CONTRACTING OFFICE 6 (36C246) (4401)

Attachments (2)

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.

S02 RFQ SOLICITATION# 36C24623Q0225 BOBCAT TOOLCAT DISCLAIMER THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFQ OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFQ. This Request For Quote (RFQ) SOLICITATION is issued solely for information and planning purposes and does not constitute the Government will contract for the items contained in this announcement. All information received in response to this RFQ marked Proprietary will be handled accordingly. Responses to the RFQ will not be returned. In accordance with FAR 15.201(e), responses to this RFQ are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE: The purpose of this RFQ is to conduct market research to find qualified vendors and to assist Network Contracting Office (NCO) 6 in determining if a future contract effort can be competitively awarded on a total Service-Disabled Veteran-Owned Small
Business (SDVOSB) Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 333924 with the Small Business Size Standard of 1500 employees. If the Government determines there are qualified vendors this requirement, a solicitation will be published and posted on the Contracting Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. INTRODUCTION: This requirement is for the purchase of BOBCAT TOOLCAT TRACTOR is to be used to conduct facility maintenance actions. The Salem VA Medical Center requires the BOBCAT TOOLCAT TRACTOR (BRAND NAME OR EQUAL) to standardize the Medical Center s FMS equipment. Salem FMS specialist need these BOBCAT TOOLCAT TRACTORS to assist with landscaping efforts. REQUIREMENTS: NOTE: The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can deliver the following item(s) for the Salem VA Medical Center 1970 Roanoke Blvd, Salem, VA 24153: DESCRIPTION OF INFORMATION REQUESTED: BOBCAT TOOLCAT; M1225 CLIN# ITEM DESCRIPTION QUANTITY UNIT 0001) M1225 Arm Support Parking Brake, automatic Power Steering with Tilt Steering Wheel Radiator Screen Rear Receiver Hitch Seat Belts, Shoulder Harness Spark Arrestor Muffler Suspension, 4-wheel independent Tires: 27 x 10.5-15 (8 ply), Lug Tread Toolcat Interlock Control System (TICS) Two-Speed Transmission Machine Warranty: 12 Months, unlimited hours Bobcat Engine Warranty: Additional 12 Months or total of 2000 hours after initial 12 month warranty (1) EA 0002) M1225-P01-C01 Deluxe Road Package includes: Backup Alarm, Turn Signals, Flashers, Tail Lights, Brake Lights, Rear view mirror, Side Mirrors, Horn, Rear work lights, and headlights (1) EA 0003) M1225-R03-C02 HIGH FLOW PACKAGE (1) EA 0004) M1225-R05-C05 29 X 12.5 TURF TIRE (1) EA 0005) M1225-R07-C02 HEAVY DUTY BATTERY (1) EA 0006) M1225-R08-C02 ATTACHMENT CONTROL (1) EA 0008) M1225-R15-C02 RADIO OPTION (1) EA 0009) M1225-R16-C02 TRACTION CONTROL (1) EA 0010) M1225-A01-C04 INTERIOR TRIM (1) EA 0011) 7337715 84" ANGLE BROOM (1) EA 0012) 6716836 84" SNOW BLADE (1) EA 0013) 7453395 SP13 SAND AND SALT SPREADER (1) EA 0014) 7190021 BOX STAKE POCKET (1) EA 0015) 7418328 SWEEPER BUCKET 60" (1) EA CLIN# ITEM DESCRIPTION QUANTITY UNIT 0016) 7419388 KIT GUTTER BRUSH (1) EA 0017) M7013 TRENCHER LT 213 (1) EA 0018) M7013-R01-C03 CHAIN 3FT DS CC/4IN (1) EA SALIENT CHARACTERISTICS: DIMENSIONAL SPECIFICATIONS Angle of Departure..........................................................................................................................30° Dump Angle @ Maximum Height ......................................................................................... 40° Dump Height with Standard Bucket ...................................................................... 59.4" (1509 mm) Reach @ Maximum Height .................................................................................... 39.9" (1013 mm) Ground Clearance ......................................................................................................... 8" (203 mm) Height to Hinge Pin .................................................................................................83.3" (2116 mm) Cab Height ..................................................................................................................81" (2057 mm) Length without Attachment.....................................................................................145.3" (3691 mm) Length with Standard Bucket .................................................................................172.1" (4372 mm) Machine Width ......................................................................................................... 60 (1524 mm) Overall Operating Height ..................................................................................... 108.2" (2748 mm) Carry Position ...............................................................................................................8.6" (218 mm) Rollback Angle @ Carry Position ..................................................................................... 30° Outer Turning Diameter in All Wheel Steer ........................................................210 (5334 mm) Wheelbase ................................................................................................................88" (2235 mm) Bucket Width .............................................................................................................62" (1575 mm) Cargo Box Inside Dimensions (Length x Width x Height) ......56 x51 x10 (1422x1295x254 mm) PERFORMANCE Rated Operating Capacity 1500 lb. (680 kg) Tipping Load 3000 lb. (1361 kg) Operating Weight 5680 lb. (2576 kg) Breakout Force - Lift 3910 lb. (1773 kg) Breakout Force - Tilt 3177 lb. (1441 kg) Travel Speed 0 - 17.0 mph (0 27.35 km/h) Towing Capacity 4000 lb. (1818 kg) Cargo Box Rated Capacity 2000 lb. (909 kg) Machine Rated Capacity (combined weight of load on lift-arm, cargo box load, operator, and passenger) 2200 lb. (1000 kg) Total Rated Capacity (combined weight of load on lift-arm, cargo box load, operator, passenger, and tow weight) 4200 lb. (1909 kg) Attachment Auxiliary Standard Flow: 18.8 gpm (71 lpm) High Flow: 27.92 gpm (105 lpm) 1. GENERAL REQUIREMENTS a. Machine includes two forward facing seats operator and passenger b. Machine to include a front loader (i.e., lift arm with double acting hydraulic cylinders) c. Front loader arm capable of accepting quick-attach attachments d. Rear of machine incorporates a cargo box e. Engine will be a Bobcat diesel, rated at 61 hp (45.5 kW) f. Exhaust system will have spark arrester muffler 2. DRIVE SYSTEM REQUIREMENTS a. Full-time four-wheel drive system b. Limited slip differentials provided in both axles c. Transmission to be hydrostatic d. Integrated brake and drive system to deliver traction control 3. DRIVE CONTROLS a. Machine equipped with separate controls for engine speed and travel speed b. Drive speed controlled by a single pedal c. Engine RPM controlled by a turn knob d. Travel direction controlled by a shuttle lever which includes positions for Forward, Reverse, and Park e. Automatic engage of parking brake when transmission is placed in Park f. A neutral start feature which requires machine be in the Park position (w/parking brake applied) before the engine can start g. Drive Response shall be standard to change how responsive the drive and system is when operator engages the drive pedal h. Speed Management shall be available to allow the vehicle to be maneuvered at a slower travel speed, even during maximum movement of the drive pedal i. Horsepower Management shall be available to allow the engine to operate at maximum horsepower and torque 4. TRAVEL SPEEDS a. Two travel speed ranges required ( Low and High ) b. Must provide the ability to shift between travel speed ranges while moving (on-the-fly) c. Low range travel speed infinitely variable from 0 to 8 mph (13 km/h) d. High range travel speed infinitely variable from 0 to 17 mph (27 km/h) e. Reverse travel speed limited to 8 mph (13 km/h), regardless of speed range selected f. Digital speedometer provided to monitor ground speed g. Cruise control to set travel speeds to a tenth of a mph; easily adjusted by acceleration and deceleration buttons 5. STEERING a. Steering angle to be shared by both axles through an all-wheel steering system b. The turning diameter will be 17.5 feet (5.3 m). (The diameter of the circle made by the outside tires in a full turn) c. Steering to be activated by hydraulic power steering and controlled by a steering wheel with tilt adjustment 6. SUSPENSION a. A suspension system will be provided between the frame and each axle of the machine b. Front independent suspension will consist of coil springs with overload stops and shock absorbers c. Rear independent suspension will consist of coil springs with overload stops and shock absorbers 7. CAB a. Front and rear cab windows provided, and made of tempered safety glass b. Dual-arm front windshield wipers provided with a windshield washer system c. 12 volt power port for accessories provided in the cab d. Interior dome light provided e. Two cup / beverage holders provided f. Factory installed cab enclosure, heating, ventilation, and air conditioning (HVAC) shall be standard g. Cab enclosure will consist of two steel frame doors with locking handles and tethers to restrict door open angle h. Cab floor height is less than 21 above ground level to eliminate intermediate steps for ingress and egress i. Driver s seat must be provided with inclined adjustment fore & aft j. A seat hip restraint must be provided for the driver & passenger k. Four LED work lights provided on the front which can be positioned independently of each other shall be standard l. Rear LED work lights shall be available as an option m. LED Front headlights, taillights, and brake lights shall be available as an option n. An AM/FM radio shall be available as an option o. A USB charger with Type A and Type C ports will be standard 8. INSTRUMENTATION a. The work machine conditions shall be monitored by a combination of gauges and warning lights in the operator's line of sight that monitor the following functions via a 5 LCD display. The system shall alert the operator of monitored loader malfunctions by way of an audible alarm and visual warning lights. Features: Warning Lights Indicators Data Display System - English/Metric Settings - Engine Coolant Temp - 3-Point Shoulder Belt - Battery Voltage - Keyless Start - Engine Malfunction - Forward/Park/Reverse State - Drive Response Setting - Maintenance Notification - Fuel Level - Engine RPM - Engine Coolant Temp - Password Lockout - General Warning - Two Speed High Range - Engine Preheat - Service Codes with Basic Description - Hydraulic Malfunction - Fuel Priming State - Engine RPM - Battery Voltage - Wait to Start - Hour meter - Workgroup State - Maintenance Clock - Arm Rest Position - Rearview Camera Ready - Parking Brake - Service Codes - Vehicle Speed - Speed Management - Wheel Alignment - Two Speed - Traction Control State - Fuel Level - Turn Signals - Steering Mode 9. BRAKES a. Braking load must be shared by all wheels b. The machine must automatically bring itself to a stop when the drive pedal is released c. Parking brakes will be equipped in each axle, engaged by mechanical spring force, and released by hydraulic pressure d. The drive controls must automatically deactivate when the parking brake is applied e. The parking brake must engage automatically when the engine is not running 10. ATTACHMENTS / IMPLEMENTS a. Attachments must be front mounted b. Connections for all attachments must be quick-change compatible, and meet SAE J2513 for coupling of attachments c. The quick-change mechanism shall incorporate two handles that drive spring loaded, wear compensating wedges into the attachment ensuring a tight attachment fit-up. d. Hydraulic connections supplied via hydraulic quick-couplers with a flush-face design e. Hydraulic supply to attachments must be at least 19 gpm (71 lpm) with an optional hydraulic flow of 28 gpm (105 lpm). f. Hydraulic pressure release system must be provided to relieve residual pressure trapped in the attachment hydraulics for easier attachment changes g. Primary attachment hydraulics activated by switches integrated into the loader joystick h. Primary attachment hydraulics must have the ability to lock into continuous flow (detent) in both forward and reverse directions i. The quick-change mechanism driven by hydraulics shall be available as an option 11. RECEIVER a. A rear receiver hitch system will be provided which is capable of accepting 2-inch receiver-style hitches, and meets the Hitch Strength Requirements identified in section 6.1 of SAE J684 b. The rear receiver hitch must be capable of withstanding 500 lbs. (227 kg) of tongue load c. The machine must be capable of pulling and stopping tow loads of 4,000 lbs. (1814 kg) 12. LOADER a. Loader Rated Operating Capacity = 1500 lbs. (680 kg) per SAE J818 and ISO 14397 b. Loader functions controlled by a single pilot-operated hydraulic joystick c. Lift-arm float feature must be provided and activated by the hydraulic joystick d. An approved lift-arm support device must be provided on the machine to mechanically support the lift arm if raised for service work. The lift-arm support must meet SAE J38 and ISO 10533. 13. CARGO AREA a. Cargo box load capacity = 2000 lbs. (907 kg) b. Hydraulic dump provided by two hydraulic cylinders, and activated by a cab mounted control c. An approved cargo box support device is required on the machine to mechanically support the box if raised for service work. The box support must meet SAE J/ISO 13333 d. Box sides are bolt-on and can be removed to make a flat-bed e. A tailgate is provided which includes a quick-latch system f. Stake pockets must be provided on the sides and front of the cargo box 14. SAFETY REQUIREMENTS a. An interlock control system must be provided which automatically disables the loader lift, loader tilt, attachment hydraulics, drive controls, and engages the parking brake when the operator exits the machine. b. Cab structure must be a 4-post design which is ROPS and FOPS approved per SAE and ISO standards (see Applicable Standards section) c. Retractable seat belts must be provided for the operator and passenger, and incorporate a 3-point design which includes a shoulder restraint per SAE J2292 d. Locations to tie-down the machine must be provided for transport on a trailer e. Cab must provide location for storage of the Operation and Maintenance manual f. Fire extinguisher shall be available as an option g. Turn signals with 4-way flashing lights shall be available as an option h. Backup alarm shall be available as an option 15. APPLICABLE STANDARDS Machine must comply with the following design and safety standards: a. SAE J2258 Light utility vehicle standards b. ASME / ANSI B56.8 Safety standard for personnel and burden carriers (Note: Horn required for full compliance) c. SAE J1040 and ISO 3471 Roll-Overprotective Structure (ROPS) d. SAE J1403 and ISO 3449 Level 1 - Falling Object Protective Structure (FOPS) e. SAE J732 and ISO 7131 Loader specification definitions f. ISO 14379 Part 1 Calculation of loader rated operating capacity and test method for tipping load g. ISO 2867 Access systems for earth-moving machinery h. ISO 3411 Human physical dimensions and minimum operator space envelope i. ISO 6682 Zones of comfort and reach for controls j. ISO 3450 Braking systems and performance requirements for rubber-tired machines k. ISO 5010 Steering capability for rubber-tired machines l. SAE J386 Operator restraint system for off-road work machines m. ISO 6683 Seat belts and seat belt anchorages n. SAE J38 Lift arm support devices for loaders o. ISO 10533 Lift arm support devices p. SAE J/ISO 13333 Dumper body support q. SAE J2513 Coupling of attachments to loaders r. SAE J684 Trailer couplings, hitches, and safety chains automotive type. Section 6.1 Hitch Strength Requirements Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. HOW TO RESPOND: All responses shall be submitted no later than 9am EDT Friday 03 February 2023. All interested parties should respond, in writing via Email to donald.harris@va.gov . No telephone inquiries will be accepted. Respondents to this RFQ shall provide the following information: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number DUNS number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award SECTION E - SOLICITATION PROVISIONS ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: E.1 INSTRUCTIONS TO OFFERORS Pricing Pricing shall be submitted on the Attachment A. Price/Cost Schedule. The following fields require completion on the attachment. Do not change the format or add/delete any columns in the Excel Spreadsheet. Colum Element Name Line Item Template Name Selection/Input K Unit of Measure: Unit of Measure Select the applicable 'Unit of Measure' from the dropdown. The 'Unit of Measure' EA should always have a 'Packaging Multiple' of 1 L Packaging Multiple Packaging Multiple Enter the total quantity that comes in each 'Unit of Measure' i.e., How many come in each CS, CT, PG, etc. The 'Unit of Measure' EA should always have a 'Packaging Multiple' of 1 M LIN is: Line Item Is Select 'Priced', 'NSP' (Not Separately Priced), or 'N/C' (No Charge) from the dropdown N Unit Price ($): Unit Price Enter the price for each 'Unit of Measure' i.e., What is the cost of each CS, CT, PG, etc. AM MANUFACTURER PART NUMBER (MPN): MANUFACTURER PART NUMBER (MPN) The MPN identifies the manufacturer from which an item originated. Its purpose is to identify the company that made the part, as opposed to a SKU number that is used for inventory record keeping by the Vendor. Each MPN is unique and can be composed of letters, numbers, or both. BY ITEM PART NUMBER ITEM PART NUMBER Enter the distributor/vendor part number if different than the mfg. part number. CG OEM NAME: OEM NAME Enter the Name of the OEM. Do not enter the Distributor/Vendor Name unless the Distributor/Vendor is the Manufacturer. Please submit responses via Email in Microsoft Office format by 9:00AM (Eastern Time) 02/03/2023. Please include RFQ SOLICITATION# 36C24623Q0225 in subject title. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.

SALEM VA MEDICAL CENTERLocation

Place Of Performance : SALEM VA MEDICAL CENTER

Country : United StatesState : VirginiaCity : Salem

Classification

naicsCode 333924Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
pscCode 2320Trucks and Truck Tractors, Wheeled