Virginia Bids > Bid Detail

4910--542-23-1-5483-0013 | CASE FORKLIFT TRUCKS TWO UNITS MODEL

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159011532465003
Posted Date: Jan 12, 2023
Due Date: Jan 19, 2023
Solicitation No: 36C24423Q0226
Source: https://sam.gov/opp/46d2227f05...
Follow
4910--542-23-1-5483-0013 | CASE FORKLIFT TRUCKS TWO UNITS MODEL
Active
Contract Opportunity
Notice ID
36C24423Q0226
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 12, 2023 12:20 pm EST
  • Original Response Date: Jan 19, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4910 - MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    VA Medical Center , 19320
    USA
Description
This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation.
The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Small Businesses capable of providing an Diesel Fork Lift with the Salient Characteristics as listed in the Statement of Need under the General Requirement section for the Coatesville VA Medical Center located at 1400 Black Horse Hill Road, Coatesville PA 19320.

Diesel Fork Lift
SCOPE OF CONTRACT

The VA Medical Center in Coatesville, PA, Logistics Department is requesting to purchase a diesel powered forklift truck.

VA Medical Center
1400 Blackhorse Hill Road
Coatesville, PA 19320
Building 13

Overview
The Logistics Warehouse and FES are requesting to purchase new CASE 588H Forklift trucks. Currently we have two 11-year-old, CASE diesel forklift trucks that are used every day during business hours. The CASE forklift trucks are parked outside and are exposed to different weather conditions, and temperature changes. The forklift trucks look very weathered, since it is working a lot, the paint is faded, the body is rusting. The forklift trucks have been repaired numerous times over the course of their usage, both units are on borrowed time.

SCOPE OF WORK

3.1 Vender shall provide Fork Lift in accordance with salient characteristics of the Statement Of Work.

3.2 Supplier shall provide all necessary equipment, training, demo of unit to warehouse staff for a couple of days so they can get a good feel of the unit. Management to: (A) coordinate delivery: (B) load and unload unit; (C) place/install in designated the warehouse/locations; (D) assemble items as required; (E) accept trade in of old unit.

3.3 Coordinate installation/delivery date with VA Delivery/install Point of contact (POC) to occur at the convenience of the Government.

Delivery

4.1 Supplier shall contact the POC at least ten working days prior to the shipment of the new forklift truck.

4.2 The Supplier shall confirm the scheduled installation date no less than five working days prior to start of delivery and set-up of new forklift truck. VA will confirm that space will be made available drop off unit in the warehouse.

4.3 In the event, there is a delay in delivery, Supplier must notify the VA Delivery/install POC immediately.

4.4 Supplier shall provide the POC with scheduled date and time that the delivery truck will be arriving at least 24 hours minimum.
Assembly and Install

5.1 Supplier shall perform all required assembly in accordance with the manufacturers instructions.

5.2 Supplier shall inspect to ensure that the unit is free of surface dirt, clean, no scratches on paint work, polished, free of defects, tires are not used/damage, battery is fully charged, full tank of diesel/gas, and lifting forks are installed correctly and that the installation is complete and ready for use.
5.3 The Contractor is not required to provide services on the following U.S. Government holidays, nor will the Contractor be paid for these holidays except for emergency/rush requests and will be scheduled between the contractor and the POC only.
5.4 Supplier shall adhere to manufacture s specifications and not use other manufacture s product to interlock with new or existing product potentially jeopardizing and nullifying warranty.
5.5 The normal work hours will be business hours (7:30am - 4:30 pm) Monday-Friday. The Government has the option to modify the normal work week, days and hours, as necessary for the accomplishment of VA mission.
Salient Characteristics
SPECIFCATIONS
SPECIFICATIONS 586H 588H
Engine: FPT F5HFL463D
Displacement/Cylinders in³ L: (3.4)Litre/4 Cylinder
Emissions Certification Solutions*: Tier 4 Final (DOC)
Gross Horsepower @ 2200 RPM hp (kW): 74 (55)
Net Horsepower @ 2200 RPM hp (kW): 68 (51)
Peak Torque lb·ft (N·m): 233 (316)
Transmission Type 4F-4R: Power Shuttle Synchromesh
Maximum Travel Speed Forward mph (kph): 24.0 (38.6) 24.0 (38.6)
Lift Capacity at 15 ft. @ 24 in Center lb (kg): 6,000 (2 722) 8,000 (3 629)
Lift Capacity at 22 ft. @ 24 in Center lb (kg): 3,000 (1 361) 4,000 (1 814)
Operating Weight lb (kg): 14,621 (6 632) 16,978 (7 701)
DIMENSIONS
ENSIONS 586H 588H
Overall Height to Top of ROPS: 8 ft 8 in (2 645 mm)
Wheelbase: 4WD 7 ft 1 in (2.15 m)
Overall Length with 48 in Forks: 17 ft 2 in (5.23 m)
Ground Clearance: 10.3 in (260 mm)
Overall Height to Top of Mast (Mast Closed): 10 ft 5 in (3.18 m)
Overall Operating Height (Mast Raised to Full Height): 25 ft 5 in (7.75 m)
Maximum Fork Height (Forks Horizontal: 22 ft 0 in (6 706 mm)
Forward Mast Tilt: 45 Degrees

(End of Statement of Work)

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above.

Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 336112\, Light Truck and Utility Vehicle Manufacturing. The Small Business Size Standard for this NAICS code is 1,500 employees.

Please answer the following questions:

(1) Please indicate the size status and representations of your business in accordance with the NAICS code 333924, 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.)

(2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract? If so, please include the schedule number.Â

(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?Â

If not, provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.Â

Does your company exceed 500 employeesÂ

Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;Â Â Â

Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;Â Â

Provide the items of a small business

(4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).Â

(5) If your company is 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?Â

(6) 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 sub contracted work and completion of job.Â

(7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.Â

(8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?Â

(9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.Â

(10) Please provide your DUNS number.Â

*** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.Â

This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted.

Responses must be received via email to Contracting Officer at mcdaniel.brayboy@va.gov no later than 1:00 PM Eastern Standard Time on January 19, 2023. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contractor Officer, McDaniel Brayboy.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Â
Â
If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing by e-mail to Contracting Officer McDaniel Brayboy, Contract Officer at mcdaniel.brayboy@va.gov.

 DISCLAIMER Â

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.Â
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 12, 2023 12:20 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >