SOLICITATION NOTICE
39 -- SDC WAREHOUSE STOCK LIFTS-(EDOS)
- Notice Date
- 6/3/2024 7:30:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- COMMODITIES & SERVICES ACQUISITION SERVICE (36C791) DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 36S79724Q0010
- Response Due
- 6/21/2024 1:30:00 PM
- Archive Date
- 07/21/2024
- Point of Contact
- Brandy Hudson, Contract Specialist, Phone: 708-786-5220
- E-Mail Address
-
brandy.hudson@va.gov
(brandy.hudson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services 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. (ii) The solicitation number 36S79724Q0010 is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. (iv) This solicitation is a 100% Service-Disabled Veteran Owned Small Business Set-aside. The NAICS code associated with this solicitation is: 333924. (v) Line Items are as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ Merchandise Lifts GRAND TOTAL __________________ (vi) Description of requirements for the items to be acquired Please see following Statement of Work. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Department of Veterans Affairs Service Distribution Center Bldg 37 1st Avenue, One Block North of Cermak Hines, IL 60141 Date of Delivery: 60 days. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the provision. ADDENDUM to 52.212-1 Instructions to Offerors Commercial Products and Commercial Services. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Quote submission requirements: Quotes must be received by the deadline listed on page one of the Combined Synopsis/Solicitation Notice. Any questions should be submitted to Brandy Hudson at brandy.hudson@va.gov by 1630 EST 19 June 2024. In order to be considered responsive, the quote must include the following information: Firm fixed priced quote for all products as detailed on the Statement of Work (SOW). The contractor must provide and clearly state the fixed price quote that will be evaluated for the government s orde. 2. The completed provision at VAAR 852.219-75. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The government will award one contract to the quote that provides the best value and technically acceptable products to the government. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The following FAR clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222 19 Child Labor Cooperation with Authorities and Remedies (JAN 2022) 52.222 26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-15 Energy Efficiency in Energy-Consuming Products (MAY 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The following additional contract requirements and terms and conditions are applicable to this requirement: VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran Owned Small Businesses (JAN 2023)(Deviation) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance For Services and Construction (JAN 2023)(Deviation) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.201-70 Contracting Officer s Representative DEC 2022 VAAR 852.203-70 Commercial Advertising May 2018 (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation. (xv) The date, time and place offers are due: Date quotes are due: 21 June 2024 Times Quotes are due: 1630 EST Submit Quotes to: Brandy Hudson brandy.hudson@va.gov (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Brandy Hudson 708-786-5220 brandy.hudson@va.gov Statement of Work Provide two (2) Merchandise lifts with the following minimum capabilities in addition to any standard feature already provided on each device: Capacity personnel deck: 250-300 lbs. Load capacity upper merchandise deck : 200 lbs Load capacity lower merchandise deck: 250lbs Vertical lift capabilities of 15 feet Fully electric Saloon doors or any type of safety enclosure in personnel deck Variable Speeds Merchandise deck Horn Keyed ignition - prevents unauthorized usage. Maintenance Free Batteries in lieu of the standard Wet batteries Retractable charger cord reel Flashing Lights on front and rear of power unit Travel/Forward/Reverse/Lift/Lower Adjustable Alarms Ability to turn and maneuver in tight and narrow workspaces. Gate safety alarms when not in lock and operating. Emergency immediate stop button. Provide Operators manual, parts manual, and service manual (in English) and other necessary documentation for each machine, including any title for equipment free and clear from any encumbrances. Provide operators with on site training and instruction in the proper operation and maintenance of the equipment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/61e914e830584d1eb06b4c7a497db410/view)
- Place of Performance
- Address: VA/SDC Bldg 37, Hines, IL 60141, USA
- Zip Code: 60141
- Country: USA
- Zip Code: 60141
- Record
- SN07084066-F 20240605/240603230041 (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 |