3930--BSL: Standup Counter Balance Forklift IFCAP PO: 531XXXXX CS: Ladell Holmes

expired opportunity(Expired)
From: Federal Government(Federal)
36C26020Q0263

Basic Details

started - 26 Mar, 2020 (about 4 years ago)

Start Date

26 Mar, 2020 (about 4 years ago)
due - 01 Apr, 2020 (about 4 years ago)

Due Date

01 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C26020Q0263

Identifier

36C26020Q0263
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103584)VETERANS AFFAIRS, DEPARTMENT OF (103584)260-NETWORK CONTRACT OFFICE 20 (36C260) (3408)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

8370283702Contract Op portunity Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION * See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field Contract Opportunity Combined Synopsis/Solicitation Notice 3930 Standup Counterbalance Forklift CS: Ladell Holmes 98662 36C26020Q0263 03-31-2020 30 N SDVOSB 333924 Department of Veterans Affairs Network Contracting Office 20 5115 NE 82nd Ave, Suite 102 Vancouver WA 98662 Ladell Holmes Ladell.holmes@va.gov Boise VA Medical Center 500 W.
Fort St 83702 USA Page 3 of 3 Combined Synopsis/Solicitation For 36C260-20-AP-1140 1. This is a combined synopsis/solicitation for a Standup Forklift, Brand Name or Equal as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (RFQ36C26020Q0243) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) code is 333924 Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing, Size Standard 750. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized 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 vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: This requirement is for Boeing Warehouse Standup Counterbalance Truck indoor/outdoor use on an off-premise facility where VA medical and non-medical equipment, as well as FMS furniture is stored. The forklift will help ensure a safer working environment and increase better mobility storing equipment. It is needed to safely move materials and equipment onto and off of rack system. Please see below salient characteristics for a suitable forklift. Brand name or equal Crown RC5515-30 3,000 lb. Capacity, 36 Volt - AC Hydraulics, Stand-Up Counterbalanced Truck. Offerors must meet or exceed salient characteristics. 6. This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: a. Meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government Salient Characteristics The absolute minimum requirements for this equipment is as follows. 3,000 lbs. max lifting capability Indoor and outdoor use Safety cage Side shifter 42 fork length Tilt 5 degree forward Accessible battery water refill Battery powered, with Battery charger Minimum lift 15ft 6 ft. turning radius 15 ft. lift maximum Be able the access the inside a semi-trailer for loading and unloading No outrigger balances Lights for increased visibility Reverse alarm Warning light Forward steering Service call response within 24 hours Line Item Description Quantity Unit Unit Price Total Price 1 Crown RC5515-30 3,000 lb. Capacity, 36 Volt - AC Hydraulics, Stand-Up Counterbalanced Truck Or Equal Item 1 EA _______ ________ 6. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability are significantly more important than price. 8. Delivery shall be within ninety (90) days from the time of award. Shall be delivered to the Boise VA Medical Center located at 500 W. Fort St, Boise, ID. FOB Destination. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 10. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: a. Technical b. Price c. Delivery - Delivery shall be within ninety (90) days from the time of award Technical is more important than price 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to ricki.worthey@va.gov no later than 12pm PST on 09/9/2019. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 16. For information regarding the solicitation, please contact Ladell Holmes at ladell.holmes@va.gov.

5115NE 82ND AVE SUITE 102  VANCOUVER , WA 98662  USALocation

Place Of Performance : 5115NE 82ND AVE SUITE 102 VANCOUVER , WA 98662 USA

Country : United StatesState : Washington

Classification

naicsCode 333924Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
pscCode 3930Warehouse Truck and Tractors, Self-Propelled