DOCUMENT
39 -- 553-19-1-2063-0001 Forklift ND 11.09.18 - Attachment
- Notice Date
- 10/16/2018
- Notice Type
- Attachment
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- 36C25019Q0057
- Response Due
- 10/22/2018
- Archive Date
- 12/21/2018
- Point of Contact
- Erik Fallo
- E-Mail Address
-
allo@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-36C250-19-Q-0057 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, 2005-95/ 01-19-2017. The North American Industry Classification System (NAICS) number is 333924 and the business size standard is 750 employees. STATEMENT OF NEED Warehouse Truck Lift Fork C.0. SCOPE: The Detroit VAMC has a requirement for a warehouse truck lift fork. GM 3.0L, 4 cycle, 4 cylinders, 75hp, 181 cu in displacement. Nodular iron crankshaft for increase strength, world-class engine sealing system for superior leak protection. Sintered powered-metal exhaust valve seats for enhanced durability and noise reduction. Cast Iron block, cast iron head and cast iron manifold. 8,000 lbs capacity. Power shift (Automatic) transmission with separate inching and brake pedals, offers positive operation in tight working areas, especially beneficial working on ramps and inclines. High visibility design mast with side thrust rollers in the carriage for smoother operation and longer life of the mast components. Fully Hydrostatic Power Steering for smoother operation and many fewer parts for lower maintenance costs. This utilizes the largest cylinder and thickest steel for protection of any forklift in its class! Large hydraulically actuated Drum & Shoe type brakes for positive braking performance and ease of maintenance. Mechanical lever type parking brake for reliability. Control Handles are mounted on the dash for operator convenience and also allows the operator to enter/exit the operator compartment from either side of the machine comfortably. Tilt Steering Wheel, Adjustable Seat, Seat Belt, Dual Head Lights Front Turn Signals, Rear Turn Signals, Brake Lights, Back-up Lights Back-up Alarm, Neutral Safety Switch, Welded Overhead Guard Integral Fuel Tank, Integral Hydraulic Tank, High air intake Cyclone air cleaner, Insulated engine cover, Hand hold for entry Radiator overflow bottle, Third valve & lever, Horn, Hour Meter Charge warning light, Temperature warning light, Oil pressure gauge Key switch, Safety load backrest, Swing-down LPG tank bracket ITA Class II forks & carriage, Easy access floor boards, Rubber safety mat, Meets or exceeds all ANSI B56.1 safety standards for powered industrial trucks, CE Rated, EPA Compliant C.1. ADMINISTRATIVE: The Vendor shall: a. Provide warehouse truck lift fork within 30 days of award. The proposed contract listed here is Set-aside 100% for Small Business. FOB destination. Deliver to 4646 John R Street, Detroit, MI 48201. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.203-98, 52.204-22 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price technically acceptable offer. 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 quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52,203-99, 52.232-40, 852.203-70, 852.232-72 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-50, 52.223-18, 52.225-1; 52.225-13, 52.232-34 RESPONSES ARE DUE Monday, October 22, 2018, by 12:00 p.m. eastern standard time (est). Electronic offers will be accepted Erik Fallo, e-mail Erik.Fallo@va.gov. Point of contact for this solicitation is Erik Fallo, 317-988-1531 or e-mail Erik.Fallo@va.gov. All Inquires must be in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/36C25019Q0057/listing.html)
- Document(s)
- Attachment
- File Name: 36C25019Q0057 36C25019Q0057.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4636825&FileName=36C25019Q0057-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4636825&FileName=36C25019Q0057-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25019Q0057 36C25019Q0057.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4636825&FileName=36C25019Q0057-000.docx)
- Place of Performance
- Address: Detroit VAMC;4646 John R Street;Detroit, MI
- Zip Code: 48201
- Zip Code: 48201
- Record
- SN05126355-W 20181018/181016230743-67925e22f5d0685a92f825dc19423576 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |