SOURCES SOUGHT
39 -- Mitsubishi Caterpillar Forklift America (MCFA)
- Notice Date
- 11/17/2020 12:59:55 PM
- Notice Type
- Sources Sought
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24621Q0100
- Response Due
- 11/24/2020 8:00:00 AM
- Archive Date
- 01/23/2021
- Point of Contact
- Ruth Morris, Contract Specialist, Phone: 757-315-2985
- E-Mail Address
-
ruth.morris@va.gov
(ruth.morris@va.gov)
- Awardee
- null
- Description
- DISCLAIMER: THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE: The purpose of this RFI is to conduct market research to find qualified vendors and to assist Network Contracting Office (NCO) 6 in determining if a future contract effort can be competitively awarded on a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 333924 with the Small Business Size Standard of 750 employees. If the Government determines there are qualified vendors for this requirement, a solicitation will be published and posted on the Contracting Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. INTRODUCTION: This requirement is for the purchase of the MITSUBISHI CATERPILLAR FORKLIFT to be used in support of the Prosthetic Services. The Hampton VA Medical Center requires the MITSUBISHI CATERPILLAR FORKLIFT for the warehouse personnel to use for lifting and moving of materials over short distances of goods received. The government is anticipating that this will be a brand-name or equal requirement but encourages all vendors that can meet or exceed the item descriptions below to respond to this source sought. If providing a like item/system, please include attachments, information, and part numbers to allow the government to assess whether your items/system will suffice for this requirement. REQUIREMENTS: NOTE: The VHA NCO 6 is conducting market research to find qualified vendors who can deliver the following item(s) for the HAMPTON VA Medical Center, 100 Emancipation Drive, Hampton VA 23667: DESCRIPTION OF INFORMATION REQUESTED: ITEM NO. OR STOCK NO DESCRIPTION QUANTITY UNIT 1) Mitsubishi Caterpillar Forklift America (MCFA) FB16PNT2 3,000 lb, 36/48V Electric, Three Wheel Forklift 1 EA SALIENT CHARACTERISTIC FB16PNT2 - 3,000 lb. Capacity 36V Electric 3-Wheel Lift Truck PRODUCTIVITY RELIABILITY OPERATOR COMFORT OPERATION PROTECTION ADDED OPERATOR PROTECTION - 36V Electrical System Thermal Protection (Motors and Controllers) Static Vinyl Seat w/ Wrapped Steel Hip Restraint & Orange Seatbelt Open Step with Molded Anti-Slip Pattern Overhead Guard (OHG) U.L. Type ""E"" Rated Model Steel Battery Compartment Cover Tilt Steering Column Electronic Backup Alarm Controlled Cornering Speed Mitsubishi PM-1000 AC Traction & Hydraulic Control System Battery Compartment with Adjustable Retainers Grab Bar Premium Display Panel including: - Speedometer (MPH or KMH) - Battery Discharge Indicator (BDI) - Error and Fault Codes - Digital Clock with 12/24 Hour Format - Date in Various Formats - Timer (Key On) - Travel Direction Indicator - Mast Lock - Neutral Lock - Seatbelt Reminder - Parking Brake Indicator - 5 Travel Programs - Adjustable Display Contrast - Turtle (Crawl) Speed Button Two Forward Halogen Working Lights OHG Mounted Dual AC Traction Motors SB350 Battery Connector (Grey) Rubber Floor Mat DC/DC Converter (113W Output) AC Hydraulic Motor Horn Electronic Direction Control Electric Power Steering Reverse Grab Handle with Horn 3-Section Valve w/ Cowl-Mounted Hydraulic Levers Regenerative Braking Tilt Cylinders with Spherical Mast Bushings Integrated Presence System (IPS) Featuring: - Traction Lockout - Mast and Auxiliary Hydraulic Lockout & Display Indicator - Parking Brake Warning & Display Indicator - Seatbelt Reminder Warning & Display Indicator Automatic Electronic Parking Brake Wet Disc Brakes Lugged, Electric Compound Drive Tires 18 X 7 X 12.125 Lugged, Electric Compound Steer Tires 15 X 5 X 11.5"" 500 Hour Service Intervals Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. HOW TO RESPOND: All responses shall be submitted no later than Tuesday; November 24, 2020@ 1100 (11AM) EST. All interested parties should respond, in writing via email to ruth.morris@va.gov. No telephone inquiries will be accepted. Respondents to this RFI shall provide the following information: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number DUNS number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award Please submit responses via email in Microsoft Office format by 11:00 (1100 AM) (Eastern Standard Time) 11/24/2020. Please include RFI# 36C24621Q0100 in subject title. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2c9762f8f444488688e64afa11a8d0d0/view)
- Place of Performance
- Address: HAMPTON VA MEDICAL CENTER 100 EMANCIPATION DRIVE, Hampton, VA 23667, USA
- Zip Code: 23667
- Country: USA
- Zip Code: 23667
- Record
- SN05855221-F 20201119/201117230150 (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 |