Wyoming Bids > Bid Detail

3805--Actionable: (C)442 SKID STEER FOR FACILITIES (VA-23-00078868)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159198167654788
Posted Date: Sep 8, 2023
Due Date: Sep 13, 2023
Solicitation No: 36C25923Q0860
Source: https://sam.gov/opp/6609eb6d39...
Follow
3805--Actionable: (C)442 SKID STEER FOR FACILITIES (VA-23-00078868)
Active
Contract Opportunity
Notice ID
36C25923Q0860
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 08, 2023 02:15 pm CDT
  • Original Date Offers Due: Sep 13, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Cheyenne VA Health care System Cheyenne , WY 82001
    USA
Description
Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

Page 14 of 14
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice

Page 1 of 14

SUBJECT*
SKID STEER

GENERAL INFORMATION
CONTRACTING OFFICE S ZIP CODE*
80111
SOLICITATION NUMBER*
36C25923Q0860
RESPONSE DATE/TIME/ZONE
09-13-2023 1600 CENTRAL TIME, CHICAGO, USA
ARCHIVE
30 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
SDVOSBC
PRODUCT SERVICE CODE*
3805
NAICS CODE*
333120
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Network Contracting Office
NCO 19
6162 South Willow Drive, Suite 300
Greenwood Village CO 80111

POINT OF CONTACT*
Contract Specialist
Bryan Center
Bryan.Center@va.gov
918-577-3000 Ext 71345 **Email Preferred**

PLACE OF PERFORMANCE
ADDRESS
Department of Veterans Affairs

Cheyenne VA Health care System

2360 E. Pershing Blvd

Cheyenne WY
POSTAL CODE
82001
COUNTRY
USA

ADDITIONAL INFORMATION
AGENCY S URL
https://www.va.gov/cheyenne-health-care/locations/cheyenne-v
URL DESCRIPTION
VAHCS, Cheyenne WY
AGENCY CONTACT S EMAIL ADDRESS
bryan.center@va.gov
EMAIL DESCRIPTION
Bryan Center

DESCRIPTION
Request for Quote (RFQ) #: 36C25923Q0860
Skid Steer with Attachment Cheyenne VAMC

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 4:00pm CT, 09/12/2023
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 Bryan.Center@va.gov no later than 4:00pm CT, 09/13/2023
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.

This is a Request for Quote (RFQ) and the solicitation number is (36C25923Q0860). 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) 2023-04 effective June 2, 2023.

The North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 1250 Employees. This solicitation is a 100% set-aside for SDVOSB.

List of Line Items;

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Skid Steer
1
EA
$
$
0002
14 Pin to 14 Pin Adapter Kit
1
EA
0003
74 Heavy Duty Low Profile Standard Floor Bucket Cutting Edge
1
EA
0004
Cold Start Package
1
EA
0005
Rear Camera with LCD monitor
1
EA
0006
84 multi-purpose snow plow
1
EA


Grand Total
$
Description of Requirements for the items to be acquired:
FOB shall be destination.
Freight shall be added to the price of CLIN 0001 and not be its own line item.
Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote.
Quotes shall annotate the expected date of delivery to the specified location.
Quotes shall be accompanied by an authorized distributor letter from the manufacturer of the items being offered.
Due to this procurement being 100% SDVOSB set-aside, the offeror shall complete clause VAAR 852.219-76 and return it with their offer. Failure to return the aforementioned clause completed will result in the offeror s quote not being considered for evaluation.
Failure to meet the salient characteristics below will result in the offeror s quote not being considered for award.

Salient Characteristics

Vertical Lift Path Loader Frame
operating weight range 2,112 lb (958 kg) to 3,186 lb (1,455 kg)
72 to 74hp
Standard Front Quick Coupler, Float Standard
Hydraulic Quick Coupler Option
One Way Self Leveling with or equivalent
Loader Boom Lock
Loader Arm Drop Valve
Closed ROPS (Roll Over Protection System) & Air Conditioned Cab
Adjustable, Vinyl, Suspension Seat
12V Electric Outlet
Auxiliary Hydraulics GPM (Gallons Per Minutes) Range 20.9 - 24.5
Minimum: 30.4 32.4 gpm High Flow Hydraulics option
Direct to Tank Return Line
12x16.6 10PR Heavy-Duty turf tires (Can not use track system)
Two Speed Travel System
SAHR (Spring Applied Hydraulically Released) Brakes Gear Drive Pumps & Variable Loader and High Flow pumps Option
Mechanical Hand & Foot Controls
Electronic Dial Throttle
Automatic Glow Plugs
Key Switch Stop/Start System
Self-Bleed Fuel System
2 Front and Rear Working Lights
Hour Meter, Engine
Temperature and Fuel gauges and warning lights
Horn and Backup Alarm
Lockable Fuel cap door
84 Multi- purpose snow plow
Rear Camera with LCD Monitor
Cold Start package
14 Pin to Pin adapter kit

Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at

CHEYENNE VA MEDICAL CENTER
2360 EAST PERSHING BLVD
CHEYENNE, WY 82001

52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturer s (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.

Offeror 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.

Any award made because of this solicitation will be made on an All or Nothing Basis.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

Offerors 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 offeror 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 offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) ; and (III) Price.

Volume I - Technical capability or quality of the item offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number.

Volume II - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION)
The offeror shall complete the Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) and submit as part of the quote.


Volume III Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.

The following factors shall be used to evaluate quotations:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement
Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-
Certificate of Compliance for Supplies and Products (DEVIATION)
Factor 3. Price

Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.

Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services/Supplies and Products (DEVIATION) for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products (DEVIATION) their quote will be determined ineligible for award.

Factor 3. Price: The Government will evaluate the price by adding the total of all line-item prices. 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 or quality of the item offered to the Government requirement shall not be selected regardless of price.

(End of Addendum to 52.212-2)

52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission.

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 (JUL 2020) applies to this acquisition

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;

FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225-1
Buy American Supplies (JAN 2021)
FAR 52.225-3
Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020)
FAR 52.225 5
Trade Agreements (JUL 2020) (DEVIATION)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.229-12
Tax on Certain Foreign Procurements (JUN 2020)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
Additional contract requirements or terms and conditions:

52.217-6 Option for Increased Quantity (MAR 1989)
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Office may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree.

52.219-14 Limitations on Subcontracting

This clause does not apply to the unrestricted portion of a partial set-aside.

(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that

(1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and

(2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract.

(c) Applicability. This clause applies only to

(1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3);

(2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3);

(3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15;

(4) Orders expected to exceed the simplified acquisition threshold and that are

(i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or

(ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii);

(5) Orders, regardless of dollar value, that are

(i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or

(ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and

(6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference.

(d) Independent contractors. An independent contractor shall be considered a subcontractor.

(e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for

(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;

(2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract;

(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or

(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.

(f) The Contractor shall comply with the limitations on subcontracting as follows:

(1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause

By the end of the performance period for each order issued under the contract.

(2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order.

(g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants.

(1) In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture must be more than administrative functions.

(2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions.
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)

VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.219-10
VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (SEP 2018)
VAAR 852.233-71
Alternate Protest Procedure (SEP 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)

852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.

http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar

The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.229-11
Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)

The following FAR clauses are incorporated by reference:

FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
The following VAAR clauses are to be incorporated by reference:

VAAR 852.212-71
Gray Market Items (APR 2020)

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to Bryan.Cetner@va.gov by 4:00pm CT, 09/13/2023.

Name and email of the individual to contact for information regarding the solicitation:
Bryan W. Center
Bryan.Center@va.gov
See attached document: VAAR 852.19-76_Waiver.
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 08, 2023 02:15 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >