Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

39 -- Forklift

Notice Date
1/13/2021 10:40:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0361
 
Response Due
1/20/2021 10:00:00 AM
 
Archive Date
01/30/2021
 
Point of Contact
kristi.mummert@va.gov, Kristi Riley, Phone: 713-794-7061
 
E-Mail Address
kristi.riley@va.gov
(kristi.riley@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION: Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95 / 01-19-2019. This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 493110, with a small business size standard of $30million. The FSC/PSC is 3930. The Overton Brooks VA Medical Center, 510 E. Stoner Ave., Shreveport, LA 71101 is seeking to purchase a Forklift. All interested companies shall provide quotations for the following: Supplies/Services TOYOTA MODEL 8FGU32, 6,500# Capacity Internal Combustion Lift Truck, quality engineered with the following specification: Solid-Pneumatic Drive & Steer Tires **Overall Unit Width 48.8 Wide** Dual Fuel-LP Gas & Gasoline Powered - UL (Underwriter s Laboratories) Safety Type ""G/LP"" Rating* Heavy-Duty Side-Shifting Fork Positioner with 4-Way Hydraulic Controls - Includes Automatic Fork Leveling System (via button on the tilt lever) Enclosed Metal Cab with Heater, Windshield Wipers, Operator Fan, Circulation Fan, etc. This lift truck is equipped with a 3-Way Catalytic Muffler System as standard equipment and conforms to current Federal EPA and California ARB regulations for off-road large spark ignited engines. Photo may portray optional equipment not included in your quotation. SYSTEM OF ACTIVE STABILITY (SAS) Toyota's industry exclusive System of Active Stability (SAS) helps reduce lift truck instability by electronically monitoring and controlling various functions of the lift truck. Active Control Rear Stabilizer: Various lift truck sensors simultaneously monitor vehicle speed, fork height, load weight, and vehicle yaw (or angular acceleration). Should the operator inadvertently place the truck in a potentially unstable lateral condition, the sensors trigger the SAS controller to activate the Active Control Rear Stabilizer to help reduce the likelihood of a lateral tip over. (Note: Does not apply to dual drive configured models) Active Mast Function Controller (AMC): Should the operator inadvertently place the lift truck in a potentially unstable longitudinal condition, these same sensors trigger the SAS controller to activate the AMC, which limits forward tilt and/or tilt back speed to help reduce the likelihood of a longitudinal tip over. AUTOMATIC FORK LEVELING Toyota's Automatic Fork Leveling feature increases productivity while reducing damage with a push of a button. By depressing the Automatic Fork Leveling button during forward tilt, operators are quickly and easily able to level the forks. TOYOTA ENGINE Engineered to the highest standards of quality, durability, and reliability, your Toyota 8-Series lift truck is outfitted with the industry's most respected industrial engines. ULTRA COMFORT 4-WAY ADJUSTABLE, FULL SUSPENSION SEAT WITH NON-CINCHING SEAT BELT Operator comfort is taken to a new level with Toyota's Ultra Comfort 4-way adjustable, full suspension vinyl seat. With lumbar, weight, tilt, and almost 6 inches of fore/aft adjustability, your operators will be comfortable and productive throughout their shift. Standard Non-cinching seat belts provide additional comfort in applications requiring frequent reverse travel. LCD MULTI-FUNCTION DISPLAY II Features on the new MFD II include data log functions, fuel information, & operation data log all with QR code output; fuel gauge (excluding LP); and password protected administrator level access that can manipulate functions such as travel, vehicle management, and operation data log functions. -Lifting rating: as a minimum must be rated at 6500 pounds or more. -Fuel: as a minimum must be gasoline -Forks: as a minimum, must be Heavy-Duty Side-Shifting Fork Positioner with 4-Way Hydraulic Controls with Automatic Fork Leveling System (via button on tilt lever) Opening Range from 2.0 In to In and 37 minimum Out to Out. 8.0 of Side-Shift Included. -Lights: as a minimum, Two Adjustable LED Headlights with Headlight Guards/LED Rear Light Group (Brake Lights/Tail Lights/Turn Signals/Back-Up Lights/Markers/LED Safety Strobe Light Amber LED Rear Working Light Reverse Activated. -Tires: must be Solid Pneumatic Tires/Front Rear Solid Pneumatic Tires - Including Rear Side Ring Safety Wheels. -Warning Equipment: Back-Up Alarm/Warning Lamp, Engine Coolant Temperature Warning Gauge, Engine Oil Pressure Warning Lamp, Battery Charge Warning Lamp, and SAS & Operator Presence Warning Lamp. -Mask: must be full free lift, minimum fork height of 180 inches, overall lowering height 89 inches, overhead guard height of 85.50 inches. - Enclosed Metal Cab with Heater, Windshield Wipers, Operator Fan, Circulation Fan, etc. Delivery shall be provided no later than 30 days after receipt of order (ARO). FOB Destination Place of Performance/Place of Delivery Address: Overton Brooks VA Medical Center Attn: Theodis Pickett 510 E. Stoner Ave. Shreveport, LA 71101 USA The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00pm CST on January 20, 2021 at Kristi.mummert@va.gov or Kristi.riley@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Kristi Riley, 713-794-0740, Kristi.mummert@va.gov or Kristi.riley@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8ecf70c1542a44fba672d8c797b4f7ba/view)
 
Place of Performance
Address: Overton Brooks VA Medical Center Attn: Theodis Pickett 510 E. Stoner Ave. Shreveport, LA 71101
 
Record
SN05891400-F 20210115/210113230106 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.