Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C24222Q0229
The Bath VA Medical Center has a requirement to replace its current refuse vehicle with a new vehicle for daily garbage collection and transport to the county's landfill. Capable vendors shall be Vet ...
The Bath VA Medical Center has a requirement to replace its current refuse vehicle with a new vehicle for daily garbage collection and transport to the county's landfill. Capable vendors shall be Vet Biz (VIP) verified Service-Disabled Veteran Owned Small Businesses (SDVOSB) registered and available for award through SAM.gov and be able to meet the specifications with a trade allowance for the VAMC's existing vehicle as listed below. Specifications: New Freightliner M2-106 or equal Refuse Truck with 14 Yd Packer. Cummins B67 -240HP or equal Engine Allison Auto 2500 Rugged Duty Series or equal Transmission. Drive Type: 4x2 10,000 Pound Front Axle w/ 27,500 Rear Axles 21,000 pound GVWR (Gross Vehicle Weight Rating). 11R 22.5 Size Tires. Engine Brake Brake System type: Air 50 Gallon Fuel Tank. AC New Pak Mor RLP100-14 Yd Packer or equal 14 Yd Packer. Hot Shift PTO for automatic transmission. 2 LED Hopper Lights, Right side buzzer power shut off. OH Winch with locks for Dumpsters. Rear vision color camera. Refuse Collection Truck to be painted white. Trade in Specifications 2006 Volvo Autocar WX Xpeditor Refuse Truck with 13 Yd Packer. VIN: 5VCD36PE16H202467 Mileage: 32,400 Engine: 8.3 L / ISC 05, 285HP @ 2200 RPM / 800 FT-LBS, Cummins. Transmission: Allison 3500 RDS 5 Speed / AUX. Trans. Front Axle: Arvin Meritor FF943 12,000 lb capacity. Rear Axle: Dana Spicer 21060S 21,000 lb capacity. Drive Type: 4x2 Brake System Type: Air Engine Brake Cab Paint: Standard White. Chassis Paint: Black. Dealer will be required to perform a predeparture inspection to ensure unit is operational prior to delivery. All operator, parts and repair manuals shall be included for the machine and custom options. Standard one (1) year warranty on all parts, six (6) month on labor. ** Out of state dealers shall include in their quote how warranty issues will be addressed. It is anticipated that one (1) Firm Fixed Price (FFP) order will be awarded from this solicitation. Contract award is subject to available funds. Based on the current market conditions, the Contracting Officer (CO) reserves the right to recompete or open the bid to other socioeconomic groups. Award shall not be made from this solicitation if the lowest technically acceptable price is more than 10% over the Government s Independent Cost Estimate. Quote evaluations will be based on Best Value Criteria; compliance to the specifications presented in the solicitation, pricing, trade allowance and delivery schedule, with each evaluation factor carrying equal weight. Delivery shall be quoted Free On Board (FOB) to Bath, NY (address shown below). Vendors shall include proof of authorized dealer status with their bids. This is a Service-Disabled Veteran Owned Small Business set aside, all bidders shall be verified through Vet Biz (VIP). Any vendors submitting bids that are not registered and verified with Vet Biz will be deemed non-compliant and removed from the competitive range without discussion. All vendors submitting bids shall have active registrations with the System for Award Management (SAM.gov). Any vendors submitting bids that are NOT active with sam.gov will be deemed non-compliant and removed from the competitive range without discussion. This procurement is limited to new equipment only. Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion.