SOURCES SOUGHT
39 -- 36C258-19-AP-0171 - 649-19-1-5042-0002 | Outdoor Dock Lift (VA-19-00004773)
- Notice Date
- 12/18/2018
- Notice Type
- Synopsis
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;500 U.S. Hwy N;Prescott AZ 86313
- ZIP Code
- 86313
- Solicitation Number
- 36C25819Q0074
- Response Due
- 12/24/2018
- Archive Date
- 2/22/2019
- Point of Contact
- COLUMBUS .CAMPBELL@VA.GOV
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. This is not a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, Northern Arizona VA Health Care System (NAVAHCS) has a requirement for OUTDOOR DOCKLIFT AND HYDRAULIC HOSES The intent of the procurement is to award a firm-fixed price contract. The Statement of Work (SOW) defines the effort required for the purchase and delivery of the requirement to the Northern ARIZONA VA HEALTHCARE SYSTEM. Unique Features: This project encompasses EQUIPMENT: GA-DL689 1 Outdoor Dock Lift 6,000# Capacity Outdoor Dock Lift With Galvanized Base And Legs, W X L: 8 FT X 9 FT, Capacity: 6,000 # 1 EA 2.HYD-HOSE 2 Hydraulic Hose ( per foot ) MUST BE ORDERED 10 EA Northern AZ CARE SYSTEM (NAVAHCS):500 North Highway 89 North Prescott, AZ.86313 The applicable NAICS code is 33924 Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing. Small Business manufacturers for this NAICS code have a size standard of 500 Employees. The resulting contract will be a firm fixed price order. The term of the contract is intended to be 12/30/2018 1-30-2019. It is anticipated that a Request for Quotes will be issued in 1-3-2019. Award of a firm fixed price contract is contemplated by 1-15-2019. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company s bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is DECEMEBR 24, 2018 at 4:00 pm AZ time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Columbus.Campbell@va.gov. Hard copy submissions are acceptable to VISN 22 Network Contracting Office; 3623 Crossing Drive, Prescott,AZ.86313. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. STATEMENT OF WORK Ground Level Dock Lift Objective: Vendor shall provide, ship, and install a ground level dock lift. This dock lift must meet all required safety standards as they pertain to federal law and this statement of work. Requesting procurement package to include shipping and installation on site. Facility will provide power to the dock lift for operation. Equipment will be inspected and tested upon installation to ensure proper operation and quality assurance. STATEMENT OF WORK Provide all labor, installation, shipping, unloading, materials, and equipment to complete the objective of this statement of work for the Northern Arizona VA Healthcare System. Dock lift must adhere to equal or better specifications as listed in section B of this statement of work. Specifically much be 60 wide x 96 long with the ability to lift at least 4,000 lbs. The lowered height of the dock lift must be 0 or flush with ground level. Vendor will provide cut/pit plan (if required) or specifications to the facility upon contract award. The facility/requestor will use this specification and cut sheet to construct pit (if required) before equipment arrives. Facility will also use specifications to ensure adequate power is provided to the lift. Dock lift is to be electrically and hydraulically powered. Hand-held control for lifting and lowering the lift. Hydraulic system must have fall-safe protection. Electrical Power is the requesting facilities responsibility. Will be provided in a nearby receptacle for powering of the dock lift. Required to be 4-season compatible for all weather conditions. Dock lift will be located in Prescott, Arizona, which can receive yearly snowfall, freezing temperatures, monsoon rains, and extreme heat in upwards of 100 degrees Fahrenheit. All hydraulic lines must have the ability to handle these conditions. Lift and base must be made of a rust-resistant or rust-reducing material and components. SPECIFICATIONS (Standard items) Must be 60 wide x 96 long Must have a lowered height of 0 (ground level) with loading or angled flaps for loading and unloading MHE (i.e. Forklift, Hand Pallet Jacks (electric and manual), Two-wheel hand truck (dolly). Must have a raised height of at least 59. Must have a lift capacity of 4,000lbs or greater. Must have 115v / 1ph / 1hp / 60Hz remote power-pack which is equivalent or better to power lift. Hand-held, push button controlled panel for lowering and raising the lift. Push button control and wiring must be weather proofed. Must have fall-safe protection. Profile cut, solid steel scissor legs - 44,000 P.S.I. (tensile strength) or better required. Must have a steel platform for transferring products. Steel base frame required. Must have safety-warning stripes or equal on platform sides for easy identification of safety hazard. Must have the ability for ground-level drive on/off for pallet jacks, dollies, and carts. Must be oil, weather, and abrasion resistant to withstand 4-seasons of weather. Hydraulic hoses much be weather resistant as well to include a 4 to 1 safety factor at 3,000 PSI. Galvanized or equivalent base and legs to minimize rust. Optional Safety Roll-off Stops required on/near leading edge of exit and entry points. These prevent carts, dollies, or pallet jacks from rolling off the dock lift during operation. (I.e. lip plates) Conform to ANSI MH29.1 Standards or equal. (Optional Items Requested) Anti-slip tread surface due to rain, snow or ice (i.e. diamond plate surface or equal). Must have a safety retention mechanism for prevention of load loss or personnel falls such as removable guard rails on non-loading sides for safety. SOFTWARE VALIDATION No security accreditation package is required and Contractor will not have access to any VA sensitive information. This project and equipment does not require acquisition of a service that involves storage, transmitting or exchanging VA sensitive information as this requirement is strictly an acquisition activity per the SOW below. QUALITY ASSURANCE All work shall follow Federal, State and Local laws, rules and VA regulations. Equipment shall have UL approved power packs and controls. Weather resistance required as it will be outside without cover 365 days a year. All permits and/or notifications required by the governing agencies shall be the responsibility of the contractor. Performance testing will be required as part of the delivery & acceptance to process payment. No partial payments will be made, only a final payment will be processed when a complete operational system is delivered as functionally acceptable. WORKER REQUIREMENTS & WORK ACCESS All work shall meet industry standards. Sub-standard work or equipment shall be corrected at the time of notification or not to exceed 24 hours. All installations shall be completed by licensed and certified mechanics. Installers shall be required to show qualification documents. Installation will be completely covered by the contractor. No overtime pay will be covered or considered as a amendable cost. The contract s installation worker(s) will have access to the space during normal work hours 7:30AM 4:00PM or as directed by the Project Manager. Off hours work may be required and will be coordinated with the contract COR or Project Manager. PERIOD OF PERFORMANCE Completion of delivery and installation shall be 30 days from notification of award unless otherwise negotiated. This will also be contingent on availability of finish building and acceptance by Facilities department. WARRANTY. Warranty includes parts and labor. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VANAHCS649/VANAHCS649/36C25819Q0074/listing.html)
- Place of Performance
- Zip Code: 86313
- Record
- SN05177272-F 20181220/181218230024 (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 |