Ohio Bids > Bid Detail

3895--Bobcat Compact Track Loader

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159316013117445
Posted Date: Jul 14, 2023
Due Date: Jul 23, 2023
Solicitation No: 36C25023Q0926
Source: https://sam.gov/opp/a8e696033e...
Follow
3895--Bobcat Compact Track Loader
Active
Contract Opportunity
Notice ID
36C25023Q0926
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: Jul 14, 2023 10:46 am EDT
  • Original Date Offers Due: Jul 23, 2023 11:59 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 3895 - MISCELLANEOUS CONSTRUCTION EQUIPMENT
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Dayton VA Medical Center Dayton , OH 45428
    USA
Description
Combined Synopsis-Solicitation for Commercial Items
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 (36C25023Q0926). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.

This solicitation is a set aside for Service Disabled Veteran Owned Small Business (SDVOSB).

The associated North American Industrial Classification System (NAICS) code for this procurement is 333120, Construction Machinery Manufacturing with a small business size standard of 1,250. The FSC/PSC is 3895.

The Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 is seeking to purchase Bobcat Compact Track Loader.

All interested companies shall provide quotations for the following:

THIS IS A BRAND NAME ONLY PURCHASE REQUEST.
BRAND NAME: Bobcat

The vendor shall supply a brand-new T770 T4 Bobcat Compact track to replace an old skid steer. The new must have this specific power requirement to operate the Deforester attachment that the Dayton VA already owns.

Salient Characteristics:
Part# M0285
T770 T4 Bobcat Compact Track Loader
92 HP Turbo Tier 4 Diesel Engine
Air Intake Heater (Automatically Activated)
Auxiliary Hydraulics: Variable Flow
Backup Alarm
Bob-Tach
Bobcat Interlock Control System (BICS)
Controls: Bobcat Standard
Engine/Hydraulic Systems Shutdown
Horn
Instrumentation: Engine Temp & Fuel Gauges, Hour meter, RPM and Warning Lights
Lift Arm Support
Lift Path: Vertical
Lights, Front & Rear
Operator Cab Includes: Adjustable Suspension Seat, Top & Rear Windows, Seat Bar, Seat Belt.
Roll Over Protective Structure (ROPS) meets SAE-J1040 & ISO 3471
Falling Object Protective Structure (FOPS) meets SAE-J1043 & ISO 3449, Level I; (Level II is available through Bobcat Parts)
Parking Brake: Spring Applied, Pressure Released (SAPR)
Tracks: Rubber, 17.7" wide
Warranty: 2 years

Supplies
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA

T770 T4 Bobcat Compact Track Loader
LOCAL STOCK NUMBER: M0285

0002

1.00
EA

P69 performance package: power Bob-Tach, 7-pin attachment control kit, high flow, 2-speed, hydraulic bucket positioning, automatic ride control, reversing fan, M0285-P06-P69
LOCAL STOCK NUMBER: M0285-P06-P69

0003

1.00
EA

C37 Comfort package: enclosed cab with AC/Heat, sound reduction, cab accessories package, deluxe instrument panel with keyless start, radio, heated cloth air ride suspension seat M0285-P07-C37
LOCAL STOCK NUMBER: M0285-P07-C37

0004

1.00
EA

Selectable joystick controls (SJC) M0285-R01-C04
LOCAL STOCK NUMBER: M0285-R01-C04

0005

1.00
EA

Drum Mulcher - 2-speed, 61", M7057
LOCAL STOCK NUMBER: M7057

0006

1.00
EA

DCR Drum - 61", M7057-R01-C01
LOCAL STOCK NUMBER: M7057-R01-C01

0007

1.00
EA

Tier 4 Forestry applications kit, M series, 7257723
LOCAL STOCK NUMBER: 7257723

0008

1.00
EA

Engine compartment seal kit, 700 series, 7309976
LOCAL STOCK NUMBER: 7309976

0009

1.00
EA

80" severe duty bucket, 7326129
LOCAL STOCK NUMBER: 7326129

0010

1.00
EA

Bolt-on cutting edge, 80", 6718008
LOCAL STOCK NUMBER: 6718008


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 (Oct 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:

FAR 52.212-4, Contract Terms and Conditions Commercial Items (DEC 2022)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2022)
FAR 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)
52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022)
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)
VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (NOV 2022)
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 (DEC 2022)

The following contract Solicitation Provisions apply to this acquisition:

52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (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 (DEC 2022)

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.

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

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.

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, price and other factors considered. The following factors shall be used to evaluate offers:

Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum.

Technical or Quality: 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.

Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

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

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:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 11:59pm local time, July 23, 2023, at john.tschirhart@va.gov

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

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
John Tschirhart
Contract Specialist
Network Contract Office (NCO) 10
Office: 937-267-3952
Email: john.tschirhart@va.gov

Delivery Instructions: All deliveries shall be made to: Dayton VA Medical Center, 4100 West Third Street, Dayton, Ohio 45428. The type of delivery order will be specified when the order is placed. Delivery shall be FBO destination provided 30 days after receipt of order (ARO).
Place of Performance/Place of Delivery
Dayton VA Medical Center
4100 West Third Street
Dayton, Ohio 45428
Attachments/Links
Attachments
Document File Size Access Updated Date
36C25023Q0926.docx (opens in new window)
25 KB
Public
Jul 14, 2023
file uploads

Links
Display Name Updated Date
Homepage (opens in new window) Jul 14, 2023
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
  • Jul 14, 2023 10:46 am 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 >