Washington, DC Bids > Bid Detail

3990--LIFTS, CO (VA-23-00085065) 589-23-3-7360-0025

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159713691572058
Posted Date: Jul 24, 2023
Due Date: Jul 31, 2023
Solicitation No: 36C25523Q0578
Source: https://sam.gov/opp/7325bb259c...
Follow
3990--LIFTS, CO (VA-23-00085065) 589-23-3-7360-0025
Active
Contract Opportunity
Notice ID
36C25523Q0578
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 24, 2023 10:27 am CDT
  • Original Response Date: Jul 31, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 3990 - MISCELLANEOUS MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Columbia VA Harry S. Truman Veterans Hospital Columbia , 65201-5275
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.
The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice.
The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below.
Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) UIE number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below
Work to be performed: ..



SOW Scissor Lifts

FM needs 2 different sizes of Snorkel brand scissor lifts or equal for multiple areas of the facility. CLC, Patient education, and parking garage have high ceilings and these two machines will allow FM staff to work on equipment the is mounted in the ceiling.
The model numbers and pricing are listed in the quote, for each one.
S3215E- SPECIFICATIONS
Max. working height 21' 6.6m
Max. platform height 15' 4.6m
Platform size (stowed) 28.25" x 63.75" 0.72m x 1.62m
Platform size (extended) 28.25" x 99.75" 0.72m x 2.53m
Deck extension length 36" 0.91m
Overall length (with step) 70.4" 1.79m
Overall length (without step) 68.3" 1.74m
Overall width 32" 0.81m
Stowed height 79" 2.02m
Ground clearance (stowed) 2.63" 66mm
Ground clearance (elevated) 0.75" 19mm
Platform capacity 300 lbs 272kg
Max. drive height 15' 4.6m
Max. wind speed 28 mph 12.5m/s
Max. drive speed (stowed) 2.0 mph 3.2km/h
Max. drive speed (elevated) 0.4 mph 0.6km/h
Raise / lower time 20 / 36 sec
Gradeability 20%
Inside turning radius 4" 0.1m
Outside turning radius 64.25" 1.63m
Tires 12 x 4 non-marking rubber
Controls proportional
Drive system 2 wheel drive
Power source 24V DC battery electric
Charger 90 - 240V, 25amp
Weight 2,700 lbs 1,227kg
FEATURES
Roll-out deck extension with dual locks Non-marking tires
Swing-out service trays Saloon-door style entry gates
Descent alarm All motion alarm
Key switch 2 persons indoors
1 person outdoors Proportional controls, including descent
Power line to platform Loading pendant
Hour meter & on-board diagnostics display Integrated battery charger
Battery condition indicator Crane & forklift points
Dual lanyard attachment points Scissor stack roller slide plates (set of 2)
2 year parts & labor, 5 year structural warranty.
S3219E- SPECIFICATIONS
Max. working height 25' 7.79m
Max. platform height 19' 5.79m
Platform size (stowed) 28.25" x 63.75" 0.72m x 1.62m
Platform size (extended) 28.25" x 99.75" 0.72m x 2.53m
Deck extension length 36" 0.91m
Overall length (with step) 70.4" 1.79m
Overall length (without step) 68.3" 1.74m
Overall width 32" 0.81m
Stowed height 83" 2.11m
Ground clearance (stowed) 2.63" 66mm
Ground clearance (elevated) 0.75" 19mm
Platform capacity 550 lbs 250kg
Max. drive height 19' 5.79m
Max. wind speed 28 mph 12.5m/s
Max. drive speed (stowed) 2.0 mph 3.2km/h
Max. drive speed (elevated) 0.4 mph 0.6km/h
Raise / lower time 20 / 36 sec
Gradeability 20%
Inside turning radius 4" 0.1m
Outside turning radius 64.25" 1.63m
Tires 12 x 4 non-marking rubber
Controls proportional
Drive system 2 wheel drive
Power source 24V DC battery electric
Charger 90 - 240V, 25amp
Weight 2,900 lbs 1,318kg
FEATURES
Roll-out deck extension with dual locks Non-marking tires
Swing-out service trays Saloon-door style entry gates
Descent alarm All motion alarm
Key switch 2 persons indoors
1 person outdoors Proportional controls, including descent
Power line to platform Loading pendant
Hour meter & on-board diagnostics display Integrated battery charger
Battery condition indicator Crane & forklift points
Dual lanyard attachment points Scissor stack roller slide plates (set of 2)
2 year parts & labor, 5 year structural warranty

Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act.
However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open.
Any response to this source selection from Interested parties must be received NLT 08/02/2023, 1200 PM CST.
Attention: Michael Murphy, Contracting Specialist.
Email: Michael.murphy7@va.gov
Please reference 36C255-23-Q-0578 Aerial Lifts in the subject line of all emails. .

Please provide your Unique Entity ID so that your organization can be identified in SAM.GOV and VetBiz if organization is claiming SDVOSB preference.

Only organizations with an active SAM.GOV account can be considered.

Utilize this link to either start a new registration or to renew the organization s registration.

https://sam.gov/content/home
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 24, 2023 10:27 am CDTSources 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 >