23--UTILITY VEHICLES

expired opportunity(Expired)
From: Federal Government(Federal)
36C26020Q0109

Basic Details

started - 14 Jan, 2020 (about 4 years ago)

Start Date

14 Jan, 2020 (about 4 years ago)
due - 22 Jan, 2020 (about 4 years ago)

Due Date

22 Jan, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C26020Q0109

Identifier

36C26020Q0109
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102127)VETERANS AFFAIRS, DEPARTMENT OF (102127)260-NETWORK CONTRACT OFFICE 20 (36C260) (3346)
[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.

Request for Quote (RFQ) #: 36C26020Q0109 UTILITY VEHICLES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00 PM (PST) on January 15th, 2020. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to joanna.hudson-lundquist@va.gov no later than 12:00 PM (PST) on January 20th, 2020. This is a Request for Quote (RFQ) and the solicitation number is 36C26020Q0109. The government anticipates
awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 333924 - Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing size standard of 750 employees. This solicitation is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). List of Line Items: ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 104031201 | CLUB CAR | Carryall 700 Gasoline | AC SHOP 1 EA 0002 #104031201 CLUB CAR | Carryall 700 Gasoline | CARPENTER SHOP #1 1 EA 0003 104031201 CLUB CAR | Carryall 700 Gasoline | CARPENTER SHOP #2 1 EA 0004 104031201 CLUB CAR |Carryall 700 Gasoline | CARPENTER SHOP #3 1 EA 0005 104031201 CLUB CAR Carryall 700 Gasoline | PAINT SHOP 1 EA 0006 105312501 CLUB CAR | Carryall 900 Gas | EMS 1 EA GRAND TOTAL: __________ \ Description of Requirements for the items to be acquired (salient characteristics) This RFQ is for CLUB CAR Brand name, OR EQUAL utility vehicles. Equal products must comply with the product description in the above line items and meet or exceed each of the minimum performance requirements (salient characteristics) listed in this solicitation. Salient Characteristics for Utility Vehicles for AC Shop, Carpenter Shops, Paint Shop, EMS (Line Items 0001-0006): Line Item 0001- (13R AC SHOP) The following are salient characteristics needed for a suitable Utility Vehicle for AC Shop: 1. The Utility Vehicle needs to be powered by gasoline. 2. Requires 4-wheel brakes. 3. Requires premium Tires 6-ply rated (20x10-10). 4. Color for the cowl is to be dark green, with grey interior. 5. Requires an electric bed lift. 6. Requires halogen headlights. 7. Requires extra-heavy-duty front suspension. 8. Must have a fuel gauge/hour meter, rating of 3600rpm per SAE J1940. 9. Requires 12v standard key switch. 10. Requires van box to be white with 6 doors. 11. Requires LED interior light kit. 12. Requires heavy-duty aluminum shelf. 13. Requires a top-mount double ladder rack kit. 14. Requires a 2 rear receiver. 15. Requires a heavy-duty front bush guard. 16. Requires a rear fender guard kit. 17. Requires complete cab (including frame, canopy, windshield, wipers, doors, flip-up rear window. 2-pt seatbelts, and rear overhead cargo net. 2 leaf suspension and gas powered harness). 18. Requires 2 slide view mirror kits. 19. Requires reflector package. 20. Requires a rear mounted safety triangle. 21. Requires differential guard (gasoline). 22. Requires cab to car jumper harness (gas cars). 23. Requires a locking glove box 24. Must have a long bed. Line Item 0002- (13C CARPENTER SHOP #1) The following are salient characteristics needed for a suitable Utility Vehicle for Paint Shop: 1. The Utility Vehicle needs to be powered by gasoline. 2. Requires 4-wheel brakes. 3. Requires premium Tires 6-ply rated (20x10-10). 4. Color for the cowl is to be dark green, with grey interior. 5. Requires an electric bed lift. 6. Requires halogen headlights. 7. Requires extra-heavy-duty front suspension. 8. Must have a fuel gauge/hour meter, rating of 3600rpm per SAE J1940. 9. Requires 12v standard key switch. 10. Requires van box to be white with 6 doors. 11. Requires LED interior light kit. 12. Requires heavy-duty aluminum shelf. 13. Requires a top-mount double ladder rack kit. 14. Requires a 2 rear receiver. 15. Requires a heavy-duty front bush guard. 16. Requires a rear fender guard kit. 17. Requires complete cab (including frame, canopy, windshield, wipers, doors, flip-up rear window. 2-pt seatbelts, and rear overhead cargo net. 2 leaf suspension and gas-powered harness). 18. Requires 2 slide view mirror kits. 19. Requires reflector package. 20. Requires a rear mounted safety triangle. 21. Requires differential guard (gasoline). 22. Requires cab to car jumper harness (gas cars). 23. Requires a locking glove box. 24. Must have a long bed. Line Item 0003- (13C 1CARPENTER SHOP #2) The following are salient characteristics needed for a suitable Utility Vehicle for Paint Shop: 1. The Utility Vehicle needs to be powered by gasoline. 2. Requires 4-wheel brakes. 3. Requires premium Tires 6-ply rated (20x10-10). 4. Color for the cowl is to be dark green, with grey interior. 5. Requires an electric bed lift. 6. Requires halogen headlights. 7. Requires extra-heavy-duty front suspension. 8. Must have a fuel gauge/hour meter, rating of 3600rpm per SAE J1940. 9. Requires 12v standard key switch. 10. Requires van box to be white with 6 doors. 11. Requires LED interior light kit. 12. Requires heavy-duty aluminum shelf. 13. Requires a top-mount double ladder rack kit. 14. Requires a 2 rear receiver. 15. Requires a heavy-duty front bush guard. 16. Requires a rear fender guard kit. 17. Requires complete cab (including frame, canopy, windshield, wipers, doors, flip-up rear window. 2-pt seatbelts, and rear overhead cargo net. 2 leaf suspension and gas-powered harness). 18. Requires 2 slide view mirror kits. 19. Requires reflector package. 20. Requires a rear mounted safety triangle. 21. Requires differential guard (gasoline). 22. Requires cab to car jumper harness (gas cars). 23. Requires a locking glove box. 24. Must have a long bed. Line Item 0004- (13C CARPENTER SHOP #3) The following are salient characteristics needed for a suitable Utility Vehicle for Paint Shop: 1. The Utility Vehicle needs to be powered by gasoline. 2. Requires 4-wheel brakes. 3. Requires premium Tires 6-ply rated (20x10-10). 4. Color for the cowl is to be dark green, with grey interior. 5. Requires an electric bed lift. 6. Requires halogen headlights. 7. Requires extra-heavy-duty front suspension. 8. Must have a fuel gauge/hour meter, rating of 3600rpm per SAE J1940. 9. Requires 12v standard key switch. 10. Requires van box to be white with 6 doors. 11. Requires LED interior light kit. 12. Requires heavy-duty aluminum shelf. 13. Requires a top-mount double ladder rack kit. 14. Requires a 2 rear receiver. 15. Requires a heavy-duty front bush guard. 16. Requires a rear fender guard kit. 17. Requires complete cab (including frame, canopy, windshield, wipers, doors, flip-up rear window. 2-pt seatbelts, and rear overhead cargo net. 2 leaf suspension and gas-powered harness). 18. Requires 2 slide view mirror kits. 19. Requires reflector package. 20. Requires a rear mounted safety triangle. 21. Requires differential guard (gasoline). 22. Requires cab to car jumper harness (gas cars). 23. Requires a locking glove box. 24. Must have a long bed. Line Item 0005- (13PT PAINT SHOP) The following are salient characteristics needed for a suitable Utility Vehicle for Paint Shop: 1. The Utility Vehicle needs to be powered by gasoline. 2. Requires 4-wheel brakes. 3. Requires premium Tires 6-ply rated (20x10-10). 4. Color for the cowl is to be dark green, with grey interior. 5. Requires an electric bed lift. 6. Requires halogen headlights. 7. Requires extra-heavy-duty front suspension. 8. Must have a fuel gauge/hour meter, rating of 3600rpm per SAE J1940. 9. Requires 12v standard key switch. 10. Requires van box to be white with 6 doors. 11. Requires LED interior light kit. 12. Requires heavy-duty aluminum shelf. 13. Requires a top-mount double ladder rack kit. 14. Requires a 2 rear receiver. 15. Requires a heavy-duty front bush guard. 16. Requires a rear fender guard kit. 17. Requires complete cab (including frame, canopy, windshield, wipers, doors, flip-up rear window. 2-pt seatbelts, and rear overhead cargo net. 2 leaf suspension and gas-powered harness). 18. Requires 2 slide view mirror kits. 19. Requires reflector package. 20. Requires a rear mounted safety triangle. 21. Requires differential guard (gasoline). 22. Requires cab to car jumper harness (gas cars). 23. Requires a locking glove box. 24. Must have a long bed. Line Item 0006- (13H EMS) The following are salient characteristics needed for a suitable Utility Vehicle for Environmental Management: 1. The Utility Vehicle needs to be powered by gasoline. 2. Requires 4-wheel brakes. 3. Requires premium Tires 6-ply rated (20x10-10). 4. Color for the cowl is to be dark green, with grey interior. 5. Requires an electric bed lift. 6. Requires halogen headlights. 7. Requires extra-heavy-duty front suspension. 8. Must have a fuel gauge/hour meter, rating of 3600rpm per SAE J1940. 9. Requires 12v standard key switch. 10. Requires LED interior light kit. 11. Requires heavy-duty aluminum shelf. 12. Requires a 2 rear receiver. 13. Requires a heavy-duty front bush guard. 14. Requires a rear fender guard kit. 15. Requires complete cab (including frame, canopy, windshield, wipers, doors, flip-up rear window. 2-pt seatbelts, and rear overhead cargo net. 2 leaf suspension and gas powered harness). 16. Requires 2 slide view mirror kits. 17. Requires reflector package. 18. Requires a rear mounted safety triangle. 19. Requires differential guard (gasoline). 20. Requires cab to car jumper harness (gas cars). 21. Requires a locking glove box. 22. Must have an 8 minimum stake flat bed Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: WHITE CITY VA MEDICAL CENTER (SORCC) 8495 CRATER LAKE HWY WHITE CITY, OR 97503 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price. Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability narrative which shall address in detail how the offeror proposes to accomplish each requirement with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. Volume II Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. For services quoted, include labor categories, labor rates, and number of hours by task. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedure. Any award resulting from this solicitation will be made to the responsible offeror based on the best overall quote that is determined to be most advantageous to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Technical Capability, (2) Price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in (v) List of Line Items and (vi) Description of Requirements for the items to be acquired (salient characteristics). Technical Capability shall consist of meeting or exceeding the requirements in the stated in (v) and (vi) above. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements stated in (v) and (vi) above shall not be selected regardless of price. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following VAAR Clauses are to be incorporated by reference: 52.246-70 Guarantee; 852.203-70 Commercial Advertising; 852.232.72 Electronic Submission of Payment Requests; 852.246-71 Inspection 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: 52.212-3 Offeror Representations and Certifications Commercial Items; 52.213-2 Invoices The following VAAR provisions are to be incorporated by reference: 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71, Alternate Protest Procedure (JAN 1998); 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008); 852.270-1, Representatives of Contracting Officers (JAN 2008). The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to joanna.hudson-lundquist@va.gov no later than 12:00 PM (PST) on January 20th, 2019 Name and email of the individual to contact for information regarding the solicitation: Joanna Hudson-Lundquist joanna.hudson-lundquist@va.gov

5115NE 82ND AVE SUITE 102  VANCOUVER , WA 98662  USALocation

Place Of Performance : N/A

Country : United States

You may also like

Ford Police Interceptor Utility Vehicles

Due: 10 Apr, 2024 (in 12 days)Agency: Dane county

Utility Vehicles, Golf Vehicles

Due: 31 Dec, 2026 (in about 2 years)Agency: Arkansas Department of Finance and Administration

6515--Electric Vehicle

Due: 04 Apr, 2024 (in 6 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 333924Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
pscCode 23MOTOR VEHICLES, CYCLES, TRAILERS