Virginia Bids > Bid Detail

2420--PRO Z 972 SDL EFI 72” CUB CADET COMMERCIAL ZERO TURN MOVER "BRAND NAME OR EQUAL TO CUB CADET" IAW SALIENT FEATURES MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 24 - Tractors
Opps ID: NBD00159950293273213
Posted Date: Apr 5, 2023
Due Date: Apr 12, 2023
Solicitation No: 36C24523Q0516
Source: https://sam.gov/opp/2a11b8d138...
Follow
2420--PRO Z 972 SDL EFI 72” CUB CADET COMMERCIAL ZERO TURN MOVER "BRAND NAME OR EQUAL TO CUB CADET" IAW SALIENT FEATURES MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER.
Active
Contract Opportunity
Notice ID
36C24523Q0516
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 05, 2023 04:49 pm EDT
  • Original Response Date: Apr 12, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2420 - TRACTORS, WHEELED
  • NAICS Code:
    • 333112 - Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
  • Place of Performance:
    U.S. Department of Veterans Affairs Huntington VA Medical Center , 25704
    USA
Description
Page 5 of 5
THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).

SEE ATTACHMENT FOR DETAILS:

PRO Z 972 SDL EFI 72 CUB CADET COMMERCIAL ZERO TURN MOVER

BRAND NAME OR EQUAL TO CUB CADET

This is a requirement for:

U.S. Department of Veterans Affairs Huntington VA Medical Center (VAMC).
DESCRIPTION:

The Huntington VAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday:

Delivery to:
U.S. Department of Veterans Affairs
Huntington VA Medical Center
WAREHOUSE
1540 Spring Valley Drive
Huntington WA, 25704
DISCLAIMER:

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours.
The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government.
Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey.
The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded.
**Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review**

Legal Business/Company Name (as it is indicated in www.sam.gov).

Unique Entity ID UEI (SAM) and DUNS Number

Open Market (SAM.GOV).

If GSA Contract, what schedule and SIN.

Contract Number: GSA, SEWP.

Warranty Information (Can be a separate attachment)

Point of Contact Name

Telephone number and email address.

Must provide an authorized distributor letter, if you, not the manufacturer.
Must provide the manufacture name (OEM) & manufacturer part # (MPN).

Must identified each line items are on the Open Market (SAM.GOV) or on the GSA.

The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase.
To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award.

Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov . Telephone responses shall not be accepted. Responses must be received no later than Wednesday, April 12, 2023, by 3:00 PM EST.

Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy.
Attachment 1: GRAY MARKET PREVENTION LANGUAGE:

A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020)
(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
(End of Clause)

A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020)
(a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory.
(b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.
(c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
(End of Clause)

FAR 52.212-2 Evaluation-Commercial Items:
Must provide an authorized distributor letter if you are not the manufacturer. A copy of the authorized distributor from the manufacturer to verify that you are an authorized distributor of the products/services. SHALL BE SUBMITTED WITH THE QUOTE AND IS MANDATORY WHEN QUOTE IS SUBMITTED DURING THE SOLICITATION RFQ PHASE.

SALIENT FEATURES:
BRAND NAME OR EQUAL TO CAB CADET
CUB CADET PRO Z 972 SDL-EFI
Cub Cadet Pro Z 972 SDL-EFI - 38.5 HP 999cc Kawasaki FX1000; Self-leveling seat; Rear dual wheels; Floating, fabricated 72" triple 7-gauge deck w/power deck lift, maintenance-free spindles, heavy duty 16cc Parker HTG transmissions, Adjustable ROPS.
72 triple-7-gauge fabricated steel cutting deck with top, bottom and side reinforcements

Lock-in or out self-leveling air-ride seat with 30 degrees of side-to-side swivel/15 degrees of travel left or right.

Dual rear wheels and weighted front rims give this steep slope mower traction on up to a 46% grade. 12-volt outlet kit and electronic power deck lift included

3-year limited commercial warranty (no hour limitations) and 5 years / 1,750-hour limited deck construction warranty
ENGINE
Engine Brand Kawasaki®
Engine Model FX Series EFI
Engine Model Number1000V
Engine Displacement999cc
Engine Output38.5HP
Starter Type Electronic
Fuel Tank Capacity Dual 7.45 gal. US (28.2 L)
Cylinders Twin
Engine Start Ignition Key
Engine Oil Capacity2.0 qt. US (1.89 L)
Lubrication Fully pressurized
Charging System15 amp regulated
Fuel Gauge Electronic
Choke Auto-Choke
Air Filter High Density
Oil Filter Yes
Fuel Delivery Electronic Fuel Injection (EFI)
BATTERY
Battery 310CCA AGM battery; Relay/Fuse terminal block; 30 AMP voltage regulator
DRIVE SYSTEM
Transmission Parker® heavy duty HTG 16cc pump / 310cc wheel motor with oversized wheel bearings
Forward Speed14 mph / 22.5 km/h
Reverse Speed6 mph / 9.5 km/h
CUTTING DECK
Deck Cutting Width72 in
Deck Materialtriple-7-gauge fabricated steel
Deck Engagement (PTO) Electronic with quick reset
Deck Construction Floating, fabricated 7 ga (0.187") steel and adjustable rear striping rollers
Spindle Construction Maintenance-free cast aluminum housing
Blade(s)3 high-lift Marbain® blades / 18,500 fpm (approx.)
Deck Lift Electro-hydraulic assist quick-lift design
Cutting Height Range1 to 5 in 1/4 increments
Anti-Scalping4 front deck gauge wheels
Deck Positions16
WARRANTY
Deck Shell Warranty5 year / 1,750-hour limited deck construction warranty
Commercial Warranty3 year / no hour limit commercial warranty
CHASSIS
Frame Fully welded, 3/8" x 5" laser-cut steel
Front Axle 2" x 3" solid with Isolation dampening system, 1/2" thick steel
ROPS 2" x 2" foldable 3-position with low profile
Bumper 5/16" Thick Steel rear engine guard/pre-drilled mounting points for attachments with integrated rear hitch
Rear Tow Hitch Bolt-On hitch std
CONTROLS
Cruise Control NA
Brakes Cruise Control NA
Brakes Hand-operated lever with integrated hydro pump release lever
Steering Control Quick-adjust steering column w/ power steering
Operator Control Low-profile throttle lever Hand-operated lever with integrated hydro pump release lever
Steering Control Quick-adjust steering column w/ power steering
Operator Control Low-profile throttle lever.
WHEELS
Rear Tires 25"x9"-12" HD Traction Tread
Front Tires16"x6.5"-8"Kenda K505
Tire Tread Heavy-Duty traction tread
DIMENSIONS
Dimensions L/W/H 88" / 74" / 85"
Weight (approx.)1,885 lbs




LINE-ITEM DESCRIPTION

BRAND NAME OR EQUAL TO CUB CADET

IAW SALIENT FEATURES
B.2 PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
__________________
__________________

PRO Z 972 SDL EFI FX1000 EFI 72" COMMERCIAL ZERO TURN MOWER
"BRAND NAME OR EQUAL TO CUB CADET"
CONTRACT TYPE: FIRM-FIXED PRICE
PRINCIPAL NAICS CODE: 333112 - Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
PRODUCT/SERVICE CODE: 2420 - Tractors, Wheeled
LOCAL STOCK NUMBER: QCC53RLLMUY050
0002

1.00
EA
__________________
__________________

72" MULCH KIT
"BRAND NAME OR EQUAL TO CUB CADET"
CONTRACT TYPE: FIRM-FIXED PRICE
PRINCIPAL NAICS CODE: 333112 - Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
PRODUCT/SERVICE CODE: 2420 - Tractors, Wheeled
LOCAL STOCK NUMBER: CC59A30053150


GRAND TOTAL
__________________
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 05, 2023 04:49 pm EDTSources Sought (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 >