Federal Bid

Last Updated on 12 Jan 2021 at 4 PM
Combined Synopsis/Solicitation
Hampton Virginia

3930-- Forklift

Solicitation ID 36C24621Q0217
Posted Date 12 Jan 2021 at 4 PM
Archive Date 13 Mar 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 246-Network Contracting Office 6 (36c246)
Agency Department Of Veterans Affairs
Location Hampton Virginia United states 23667

The purpose of this amendment is to do the following:
1. Post the Questions and Answers attachment to questions asked by vendors in response to solicitation.
2. To extend the date and time from 01/12/2021 @11:00am to 01/15/2021 at 11:00am.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.

Page 5 of 5 This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ 36C24621Q0217. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- 2021-02 dated 11/23/2020. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST intends to award a firm-fixed price contract for a Brand Name or Equal Forklift to the Hampton VA Medical Center in Hampton, VA 23667 The North American Industrial Classification System (NAICS) code for this procurement is 333924 with a business size standard of 750 employees. This procurement is a Service-Disabled Veteran Owned Small Business set-aside to and for all eligible offerors may submit quotes. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote represents the lowest price technically acceptable that meets or exceeds the salient characteristics for the government. Quotes are due by 1:00 PM EST on January 12, 2021. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to [email protected]. This combined solicitation/synopsis is for the purchase of the following commercial supplies: Product: Forklift ITEM NO. OR STOCK NO DESCRIPTION QUANTITY UNIT 1) Forklift a comparable model to the Mitsubishi FB16PNT2 3,000 lb, 36/48V Electric, Three Wheel Forklift 1 EA Salient Characteristics: Safety. The forklift shall comply with ASME/ANSI B56.1, UL 558, and OSHA standards in effect at the time of manufacture. An operator's seatbelt conforming to SAE J 386, and restraint devices designed to ensure the operator's upper body remains entirely within the protection of the overhead guard in the event of tip over shall be provided. Design and Safety (Class A). The forklift shall be designed for a structural safety factor (based on yield strength) of at least 3 times the rated load, or maximum dynamic load multiplied by a factor of 2, whichever is greater. The forklift shall be designed to minimize the transmission of mechanical shock to loads in all modes of operation. Engine. The forklift shall be powered by a standard, commercial, electric engine. The engine battery shall be rechargeable and have the capacity to allow for at 6 hours of continuous operation Hydraulic system. A pressure relief protection device is required along with pump(s), cylinders, control valves, filter(s), reservoir, hoses, and all other components necessary to make a complete hydraulic system. The hydraulic system shall also be designed to prevent forward tilt in the event of system failure; tilt angle shall not deviate more than two degrees if failure occurs at any position during load handling operations. The hydraulic lift system shall be designed so that in the event of hydraulic hose or pump failure, the load shall not descend (freefall) at an uncontrolled rate; lowering speed shall not exceed eight (8) inches per second under any load condition. A manual override for the tilt function shall also be provided to allow for load removal. Uprights and carriage. With no load on the forks, the seated operator with seatbelt engaged shall be able to see at least one fork tip at all lift heights and fork positions. Forks and carriage. The forks shall be mounted so that when fully lowered and the forklift is operating in reverse, there is no damage or degradation to the fork tines, their attachment, or any other component of the carriage, including fork positioner and side shift. Delivery and install address: Hampton VAMC 100 Emancipation Drive Hampton, VA 23667 FOB Point: Destination Estimated Delivery Date: Within 30 days ARO IAW 52.252-2 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.212-1 Instructions to Offerors- Commercial Items (JUN 2020) Addendum to 52.212-1 Instructions to Offerors-Commercial Items (JUN 2020) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.212-2 Evaluation-Commercial Items (OCT 2014) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2020) (End of Provision) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2020) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.227-17 Rights in Data-Special Works (DEC 2007) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.219-11 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018)

Bid Protests Not Available

Similar Past Bids

Pickett Wisconsin 06 Jan 2021 at 2 PM
Palo alto California 02 Sep 2020 at 7 AM
Canandaigua New york 01 Apr 2021 at 2 PM
Pickett Wisconsin 21 Jan 2021 at 3 PM
Bay pines Florida 16 Jul 2021 at 2 PM

Similar Opportunities

Warren Michigan 24 Apr 2026 at 4 AM (estimated)
Arizona 10 Jul 2025 at 7 PM
Fairchild air force base Washington 11 Jul 2025 at 5 PM
Port angeles Washington 28 Jul 2025 at 10 PM
West plains Missouri 15 Jul 2025 at 4 AM (estimated)