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-36C250-19-Q-0568 is issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/ 01-13-2017. The North American Industry Classification System (NAICS) number is 333318 and the business size standard is 1250 in number of employees.
This is a solicitation only pertaining to brand name only. Supply necessary materials and/or parts for TENNANT T7 RIDE ON SCRUBBER per the attached requirements and salient characteristics. Materials and parts will be delivered to; Fort Wayne Medical Center, 2121 Lake Ave, Fort Wayne, IN 46805, EMS Department (138), FOB destination.
Requirements:
QTY 1 - PC - M-T7 Scrubber, Rider, 24VDC, 650/800MM, [T7]
Reference number: T7-700-C
Machine as Equipped
Cleaning Type Cylindrical
Cleaning Width 700 mm / 28"
Cleaning Technology ec-H2O-T7 NanoClean
Power Source Battery
Battery Wet 360AH C/20
Battery Watering System Yes
Charger Location On-Board for T7
Charger 25A 115V AC 60Hz 1Ph
Squeegee Material Linatex
Tires Black Solid Rubber
Cleaning Tool Nylon Brush
Warranty Standard Warranty
Operator Manual English
Packaging Pad Wrap
Salient Characteristics:
The riding scrubber should have the following salient characteristics:
28 cylindrical brushes
24V Battery operated
Riding scrubber
Green seal certified
Cleaning width of 28 with cylindrical head
Dual brush motors 0.75hp minimum
Brush speed of 1200 RPM minimum
Head down pressure of 120 lbs maximum
Solution tank of 25 gallon minimum
Recovery tank of 25 gallon minimum
Vacuum motor 0.5 hp with .70 water lift minimum
Estimated run time of 3 hours minimum
Maximum height 50
Maximum length 60
Maximum width with squeegee 35
Maximum weight 900 lb
Maximum sound level 70 dBA
On-board charger
Electrical charge the water so that it has alkaline and acid steams to attack dirt. This allows for no chemicals to be needed for cleaning. It also lowers the amount of water needed.
Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, 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.
The following additional provisions apply:
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 and past performance considered. To be lowest price technically acceptable the offeror shall meet or exceed the Government's specifications.
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:
852.232-72ÃÂ 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.
Contact: Lonnelle Jones, Contracting Specialist, via email at
[email protected]. No telephone inquiries will be accepted. Only written inquires received directly for the offeror are acceptable. All quotes must be received by 4/12/2019 by 5:00pm EST to Lonnelle.Jones (
[email protected]).
Bid Protests Not Available