SOURCES SOUGHT
39 -- Forklift, PB 657-25-1-3050-0001, (VA-25-00013515)
- Notice Date
- 10/16/2024 8:26:42 AM
- Notice Type
- Sources Sought
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525Q0030
- Response Due
- 10/25/2024 1:00:00 PM
- Archive Date
- 12/24/2024
- Point of Contact
- Arlie Lindsey III, Contract Specialist, Phone: 913-946-1963
- E-Mail Address
-
arlie.lindsey@va.gov
(arlie.lindsey@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company Name (b) Address (c) Point of Contact (d) Phone, Fax, and Email (e) UEI number (f) Cage Code (g) Tax ID Number (h) Please indicate the 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.)? (i) Is your company considered small under the NAICS code identified under this SSN/RFI? (j) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (k) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (l) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (m) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work. (n) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (o) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (p) Please provide general pricing of your products/solution for market research purposes (q) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (r) Please provide general pricing of your products/solution for market research purposes (s) Must provide a capability statement that clearly addresses the organizations qualifications and ability to perform as a contractor for the work described below. Work to be performed: John J. Pershing VA Medical Center Cape Girardeau Health Care Center Statement of Work: Forklift for Cape Girardeau HCC Description of Use: The Cape Girardeau Health Care Center has a need for a small outdoor forklift to safely on- and off-load freight deliveries at the facility. This solicitation uses a Brand Name or Equal Description of the product required. This permits prospective contractors to offer products other than those specifically referenced by brand name. All offers must have UL Type LP Gas rating as an option for fuel. Minimum Technical Specifications: 1.) 5,000 Lb. Capacity Forklift 2.) 24 Load Center 3.) LP Gas powered UL Type LP Rating 4.) Cushion Tires 5.) Electronic monitoring and controlling rear stabilization and mast function for safety 6.) Automatic Fork Leveling 7.) Adjustable suspension seat with non-cinching seat belt 8.) LCD multi-function display 9.) 3-stage mast with a maximum fork height of 189 , overall lowered height no higher than 84 10.) 6-degree tilt forward, 5-degree tilt backward 11.) ITA Hook type 36 carriage 12.) Forks sized 48 x 5 x 1.6. 13.) Cascade 36 Hang-on Side shifter with internal hose reeving 14.) Automatic transmission (1 speed forward, 1 speed reverse) 15.) Load sensing hydrostatic power steering with tilt steering column 16.) LED strobe light (amber) 17.) Steering wheel with knob 18.) Adjustable Volume back-up alarm 19.) Rear pillar assist grip with horn button for backing 20.) Polycarbonate overhead guard cover 21.) 33 lb. LP aluminum tank 22.) UL approved model type LP (tank included) 23.) Full Operator Presence Safety System 24.) Parking brake 25.) Conforms to current Federal EPA standards for off-road large spark ignited engines. Description Quantity Forklift, 5000 LB capacity 1 Optional/Value Added Features: N/A Required Interfaces: None Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. 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 an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 10/28/2024, 1500 PM CST. Attention: Arlie Lindsey, Contracting Specialist. Email: arlie.lindsey@va.gov Please reference 36C255-25-Q-0030 5000 Forklift in the subject line. Please provide your Unique Entity ID so that your organization can be identified in SAM.GOV and VetBiz if organization is claiming SDVOSB preference. Only organizations with an active SAM.GOV account can be considered. Utilize this link to either start a new registration or to renew the organization s registration. https://sam.gov/content/home
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1d0cc05bac0a482dab4aef6e6b37cc68/view)
- Place of Performance
- Address: Poplar Bluff VAMC John J. Pershing Center 1500 N. Westwood Blvd, Poplar Bluff 63901-3318, USA
- Zip Code: 63901-3318
- Country: USA
- Zip Code: 63901-3318
- Record
- SN07242029-F 20241018/241016230109 (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 |