Ohio Bids > Bid Detail

7910--Equipment, Disk Riding Floor Scrubbers SPS, Cinci (01/28)

Agency:
Level of Government: Federal
Category:
  • 79 - Cleaning Equipment and Supplies
Opps ID: NBD00159713882998689
Posted Date: Dec 21, 2023
Due Date: Jan 4, 2024
Source: https://sam.gov/opp/72e6078468...
Follow
7910--Equipment, Disk Riding Floor Scrubbers SPS, Cinci (01/28)
Active
Contract Opportunity
Notice ID
36C25024Q0155
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 21, 2023 04:43 pm EST
  • Original Published Date: Dec 05, 2023 12:40 pm EST
  • Updated Date Offers Due: Jan 04, 2024 12:00 pm EST
  • Original Date Offers Due: Dec 18, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 19, 2024
  • Original Inactive Date: Jan 07, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7910 - FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Cincinnati , OH 45220
    USA
Description View Changes
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 for quote to be requested with no other form of written solicitation to be issued.
This solicitation RFQ-36C25024Q0155 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2023-02 (February 14, 2023).
This is a solicitation only pertaining to a CRZ v2.0 26 Disk Rider or equivalent.
Note: this is a Brand Name or Equal item (s) solicitation, firm fixed price, Small Business Set-Aside.
The North American Industry Classification System (NAICS) number is 333310, with a small business size standard of 1,000. The FSC/PSC is 7910
Vendor to supply necessary materials and/or parts for the requirements listed below. Materials and parts will be delivered to; Cincinnati VA Medical Center, 3200 Vine Street Cincinnati, Ohio 45220-2213, FOB destination.
Requirements:
Type of Requirement
Brand Name Item #
Brand Name Description
Qty
Required
605V2-26TD
CRZ v2.0 26 Disk Rider
1
Required
Shipping
Included
1
Required
605-13-382N
Set of 2 - 13" Nylon Brushes 8-Lobe Green Brush, Nylon, 13", Green Block Used on 26" Deck
1
Required
605CC-02
Blue Touch Screen Controller Color, touch screen operation w/hour meter & diagnostics, 3 programmable zones & manager lock outs, automatic brush pressure control w/5 settings, dual USB charge ports & E-stop, laser etched, blue anodized aluminum facing
1
Required
605-083
Battery Upgrade AGM 335ah Battery for scrubber to power controls
1
Required
605-006
Charger, Universal, Onboard, AGM 36V/27A, w/ Inhibit, CE & CEC Onboard charger plug, plugs into three-pronged outlet to charge machine
1
Required
605-098
Green Antimicrobial Tanks Molded with antimicrobial plastic pellets to inhibit mold growth on tank exterior and interior
1
Required
605-087
Spray Wand - 100 psi/ 1.5gpm w/ 3 tips for disinfecting tables, work benches, light switches, common areas.
1
Required
605-010
Vacuum Wand Remote handheld vacuum wand for spot cleaning
1
Required
605-019
Blue Safety Light - Front & Rear Facing Front & Rear Facing Blue safety light enabling front and rear lights for pedestrian alert
1
Required
605-030
Side Doors for 26" Disk, 28" Disk, 25" Cylindrical & 24" EDGE
1
Required
605-025
Drain Hose Extension, 15' 1.5" Diameter Hose Extends the reach of machine drain hose
1
Optional
605-TEW1
Extended Warranty, CRZ +1 Year Labor
1
Required
605-026
Squeegee Hose with Coiled Trap at End Transports dirty water from squeegee assembly to recovery tank. Wire reinforced hose with two cuffs.
1
Required
13-382D
Pad Driver, 13", 8-Lobe Green Snap on Retainer Pad Driver, 13", Green Block Snap on Retainer, used on 26" deck
1
Required
233-770L
Squeegee Kit, Linatex, fits 33" Stack Frame Squeegee kit, linatex rubber to fit 41" V2.1 frame
1

Industrial Scrubber
Type: Rider
Note: Listed brand name unit is built tough with marine grade rollers, bolted into the steel frame to protect the equipment and any walls the operator might bump into while operating the machine. Please provide similar item meeting requirements.
26 Disk Rider
Lockout capabilities
Front and rear facing blue safety light, white floodlights, and flashing yellow beacon
Approximately 40 Cleaning path
Approximately 70 dBA - Quiet
Spray wand; approximately 100 psi/1.5 gpm with varying tips
Heavy gauge steel (Durability, marine grade rollers, bolted into the steel frame)
Self-propelled traction drive
Side doors; 26 disk, 28 disk, 25 cylindrical, and 24 edge
Controller with factory set programmed zones, user ability to program zones, manager lock outs, hour, meter, diagnostics, automatic brush pressure control and settings
Drain hose extension, ~15 , 1.5 diameter (must reach machine drain hose)
Squeegee hose with coiled trap
Stainless squeegee in front and rear area attached on frame to accommodate various blade range, various squeegee types
Tip back tank
Made in USA

Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, which applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation.
Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured/used or "gray market" items. All items must be covered by the manufacturer's warranty. (852.212-72 Gray Market and Counterfeit Items)
The following additional FAR provisions apply:
52.211-5 Material Requirements
52.211-6 Brand Name or Equal to item(s)
52.212-2, Evaluation-Commercial Items, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government; technical, price, estimated delivery time, warranty, and past performance considered.
52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quote.
52.212-4, Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price.
52.212-5, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: Purchase order (SF 1449) will be awarded to the winning bid with submission of Invoice through Tungsten upon delivery of ALL items listed on spreadsheet.
From the VAAR the following apply:
852.232-72 Electronic submission of payment requests. All invoices must be submitted to Tungsten for payment processing. The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contracting officer.
852.246-71 Inspection of all parts will be held. If goods are rejected, they will be held for 15 days, if not replaced, the rejected merchandise will be returned to the contractor at their risk and expense. Payment of invoice will be delayed.
The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contracting officer.
Contact:
Rachel MacRae, Contracting Specialist, via email at rachel.macrae@va.gov. No telephone inquiries will be accepted. Only written inquires received directly for the offeror are acceptable. All quotes must be received by 1/4/2024, 12:00pm EST to: Rachel MacRae (rachel.macrae@va.gov), with the subject title: (Company Name) - RFQ-36C25024Q0155
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >