SOLICITATION NOTICE
39 -- Hyster Forklift H50
- Notice Date
- 3/19/2020 12:19:52 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26020Q0241
- Response Due
- 3/26/2020 12:00:00 AM
- Archive Date
- 04/25/2020
- Point of Contact
- Ladell Holmes
- E-Mail Address
-
ladell.holmes@va.gov
(ladell.holmes@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 6 of 6 Combined Synopsis/Solicitation For 36C260-20-AP-0754 1. This is a combined synopsis/solicitation for a Fork Lift, 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 (RFQ36C26020Q0241) 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 Supply Chain Management (SCM) Warehouse who will be responsible for working in warehouse located in White City. Please see below salient characteristics for a suitable forklift. Brand name or equal Hyster Forklift H-50. Offerors must meet or exceed salient characteristics. Salient Characteristics The machine needs to be powered by diesel. Must have at least 5,000 lbs. Capacity Must have drum brakes Must have anti-clog radiator Must have mast to extend to at least 180 Must have mast back rest to be at least 230 fully extended Must have Mast with tilt Must have at least 48 high backrest extension Must have minimum 42 long Class II forks (hook Type 1.6 X 3.9 ) Must have Easily accessible Hydrologic controls Must have roof for rain coverage Must have Lever activated directional controls Must have Steering wheel with spinner knob Must have counterweight rear exhaust Must have electronically controlled transmission Must have seatbelt Must have reverse alarm Must have warning lights Line Item Description Quantity Unit Price Total Price 1 Hyster Brand Model: H50XT Or Equal Item 1 _______ ________ 5. 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. 6. 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. 7. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) 8. Submit the following documents in response to this RFQ: a. Quotation Cover Page (See attached document) b. Technical Capability Statement c. Price Quotation (Attachment C) Offers are due on March 26, 2020 12:00 PM PST. All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than 12:00 PM PST on March 26, 2020. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Ladell Holmes and copy via email to ladell.holmes@va.gov respectively. Offerors who fail to complete and submit the requirements above may be considered non-responsive. NOTE: Both the Technical Proposal (10 pages maximum) and Pricing Proposal should be submitted as separate documents.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9f7f6fefa61e404995505f68d29f8d91/view)
- Place of Performance
- Address: VA SOUTHERN OREGON REHAB CTR;Warehouse 223;8495 Crater Lake HWY;White City, OR 97503, USA
- Zip Code: 97503
- Country: USA
- Zip Code: 97503
- Record
- SN05594721-F 20200321/200319230144 (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 |