Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOURCES SOUGHT

39 -- HYSTER FORKLIFT TRUCK

Notice Date
11/27/2023 3:43:55 PM
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q0266
 
Response Due
11/29/2023 3:00:00 PM
 
Archive Date
01/28/2024
 
Point of Contact
Ismael Vicente, Contract Specialist
 
E-Mail Address
ismael.vicente@va.gov
(ismael.vicente@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The VA Long Beach Warehouse, 5901 E. 7th Street. Long Beach, Ca 90822 is seeking a contractor to provide Hyster/Yale - FORKLIFT. The prospective contractor must be Brand Name or Equal H80FT Hyster/Yale - FORKLIFT specifications: Powertrain Engine must be equipped with a 3.8L LPG. Rated capacity of this forklift must be equal to 8000lb/3629kg. Load center of this forklift must not exceed 24in and distance must be equal to 610mm. Power type of this forklift must be quipped with LPG Sit down- rider. Equipped with Pneumatic tires. Wheels of the forklift must be equipped with x Driven configuration 2x/2 wheels. Brakes Premium oil-cooled wet disc brakes Standard carriage width of must be equal to 48in/1219mm Forklift Forks, thickness, width length must be equal to 2x5x48in/50x125x1219mm. Forklift Fork spread outside dimension must be to 43.5in/1106mm/ 2 stage limited free lift Mast- class III 120 (3050mm). Forklift must be equipped with foot/hydraulic service brake. Overall wheelbase of forklift must not exceed 71in/1830mm. Forklift must be equipped with a side-shift function to shift load from side to side. Maintenance free battery type must be equipped on forklift 12 volts with 475 cold cranking amps. Pressure sensing low LPG Furl indicator. Heavy duty anit-clog radiator with combi-cooler Key switch start. 5 year 10000 hour Part A Comprehensive Parts and Labor no deductible. Lights & Alarms, Audible Alarm reverse direction activated . No-Cinch ELR (Emergency Locking Retractor) seat belt system. Warranty 12 Months / 2,000 Hours Manufacturer's Warranty, 36 Months / 6,000 Hours Powertrain Warranty;       Name brand: Hyster-Yale Condition: New Quantity: 1 If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 333924? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333924 (750 employees). Responses to this notice shall be submitted via email to Ismael.vicente@va.gov . Telephone responses will not be accepted. Responses must be received no later than 11/30/2023 15:00 PDT. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veteran
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0138dd1bc9f34592b477dbf9189720c3/view)
 
Place of Performance
Address: VA Long Beach Warehouse Building 149 5901 E 7th, Long Beach 90822
Zip Code: 90822
 
Record
SN06895176-F 20231129/231127230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.