Ohio Bids > Bid Detail

3695--Equipment - Street Sweeper - Dayton 552-23-2-6121-0069

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159247288722797
Posted Date: Mar 30, 2023
Due Date: Apr 7, 2023
Solicitation No: 36C25023Q0509
Source: https://sam.gov/opp/735eca2347...
Follow
3695--Equipment - Street Sweeper - Dayton 552-23-2-6121-0069
Active
Contract Opportunity
Notice ID
36C25023Q0509
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 30, 2023 03:12 pm EDT
  • Original Date Offers Due: Apr 07, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3695 - MISCELLANEOUS SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Dayton VAMC 4100 West Third Street Dayton , OH 45403
Description
Combined Synopsis-Solicitation for Commercial Items
Last Updated: 02/01/22
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ (36C25023Q0509). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.

This solicitation is set aside 100% for small businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 333248. The PSC is 3695.

The Network Contracting Office 10 (NCO 10) 6150 Oaktree Blvd Independence, OH is seeking a Multihog compact street sweeper.

Deliverables:

Item #
Manufacturer/Description/Part/Model Number*
Qty
1
MultiHog CV 350 75hp compact street sweeper, CV350-SWEEPER
1
2
FVPC55-1 Compact Folding V-Plow for MultiHog CV350 55" clearing width, 48" in folded configuration, BEC-SPECIAL ORDER
1
3
HSC60-1 60" Compact Hydraulic Sweeper for MultiHog CV350 58" Clearing width at 30 degree angle: 49"
1

Place of Performance:
Department of Veterans Affairs
Dayton VAMC
4100 West Third St.
Dayton, OH 45403
All quotes shall be sent by e-mail only to tiera.sims@va.gov no later than Friday April 7, 2023, by 2pm local time. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to tiera.sims@va.gov no later than Monday April 3, 2023, 12pm local time. Questions received after the specified date and time will not be considered.

STATEMENT OF WORK (SOW)

1. Background.

The Dayton VA Medical Center is requesting a street sweeper. It is needed to keep the VA roads, paver paths, and parking lots clear of debris and keep vehicles tires from becoming damaged.

2. Scope.

This is a brand name only solicitation for a Multihog CV 350 75HP Compact Sweeper. Contractor shall be responsible for any training required to operate this equipment.
3. Specific Tasks.
The contractor shall deliver equipment as requested, meeting the characteristics below:
75hp
3500 kg gross vehicle weight
Permanent 4-wheel hydrostatic drive
Independent spring and damper suspension
Does not require a license plate or DEF fluid to operate
High back air suspension driver seat with 3-point seatbelt and head rest
adjustable seat mounted multifunction control armrest with twin miniature joysticks for ease of operation, control, and improved driver comfort
Adjustable steering column with 2 tilt adjustments of steering column and telescopic height adjustment of steering wheel
7" high resolution color screen
cab heating
cab doors with opening windows
heavy duty cooling system for engine with twin reversible fans
on board diagnostics
150 Amp alternator
Disk brakes
Multi disc parking brakes with auto activation upon leaving the driver seat or turning the engine off
variable flow load sensing hydraulic supply
0-100 liters per min and max 225 bar pressure
2 double acting hydraulic functions to the front
1 double acting hydraulic functions to the rear
Front mounted hydraulic lift arms with independent control and 750kg combined lift capacity
Continental vancowinter 195/75/16 tires with narrow mudguards machine width 1200mm (47.2")
LED flashers front & rear
Submissions can be sent in multiple emails to avoid computer system email size limitation, to Tiera Sims tiera.sims@va.gov submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote.

Work Required by Others

All work required by other trades shall be identified under this section by the Bidder.
4. Security Requirements
The contract will not have access to medical or patient information. The C&A requirements do not apply and a Security Accreditation Package is not required.

5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).

6. Other Pertinent Information or Special Considerations.

a. Identification of Possible Follow-on Work. N/A

b. Identification of Potential Conflicts of Interest (COI). N/A

c. Identification of Non-Disclosure Requirements. N/A

d. Packaging, Packing and Shipping Instructions. None

e. Inspection and Acceptance Criteria.
The COR/VA representative will do Inspection and Acceptance.
7. Risk Control
8. Place of Performance.

Dayton VAMC
4100 West Third St.
Dayton, OH 45403
9. Period of Performance.
30 Days ARO
10. Delivery Schedule.

30 Days ARO

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (May 2022)

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.

The following contract clauses apply to this acquisition:
52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (JUN2020)
52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
852.233-70, Protest Content/Alternative Dispute Resolution
852.233-71, Alternate Protest Procedure
VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION)

The following solicitation provisions apply to this acquisition:
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.216-1 TYPE OF CONTRACT (APR 1984)
52.233-2 SERVICE OF PROTEST (SEP 2006)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION)

The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp

This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.
OR
The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)).
Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov.

This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, 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 warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

Factors shall include price, delivery, and technical acceptability.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact:
Tiera Sims
Contract Specialist
Network Contract Office (NCO) 10
Office: 216-447-8300
Email: tiera.sims@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 30, 2023 03:12 pm EDTCombined 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 >