United States - 39--Hydraulic Dock Levelers

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 June 2019
Opportunity publication date
21 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 20, 2019 1:15 pm

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information

Document Type:

Combined Synopsis/Solicitation

Solicitation Number:

36C25019Q0979

Posted Date:

06/20/2019

Original Response Date:

06/27/2019

Current Response Date:

06/27/2019

Product or Service Code:

3990, Miscellaneous Materials Handling Equipment

Set Aside:

Small Business

NAICS Code:

333924, Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing

Contracting Office Address:

Department of Veterans Affairs, Network Contracting Office (NCO) 10, VHA Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409.

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; proposals are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 05/06/2019.

The associated North American Industrial Classification System (NAICS) code for this procurement is 333924, Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing with a small business size standard of 750 employees. This is a 100% Small Business (SB) set-aside procurement.

The Battle Creek VA Medical Center is seeking to purchase two (2) new electric hydraulic docklevelers to replace out dated existing docklevelers used to load and unload food carts in addition to other carts. The purchase of the new electric hydraulic docklevelers includes delivery, assembly, installation, and inspection of the new equipment. Quotes shall be separated by line item for ease of evaluation.

Line Items

Line Item

Description

Quantity

1

Electric Hydraulic Dockleveler

2

2

Assembly and Installation

2

3

Warranty

2

Technical Requirements:

Dock must fit in current space /concrete pad (replacing current dock) and current electric

Free standing frame (NO PIT) Dock Leveler

Lies flush with deck when leveler in use

High tensile checker Deck Plate

Dock must be operated by push button control to ensure safety throughout their cycle

Safety push stop button

Rear frame and tilt design -designed with a 4 -inch lateral tilt in the rear hinge

Complies with current ANSI standards

Maintenance strut supports deck and lip for under-deck inspection and maintenance

Heavy duty I-beam constructions

May be dual lift cylinders on the 12 model

Wall/pole mounted electrically control panel 3 (deck, lip, stop and auto return) control; Automatically operated with push-button activation and a mechanically activated lip.

Safety lip roll- off protection

hydraulic fluid included

18 long lip

all pivot pints equipped with maintenance free lubricated bushings

Self -contained 1 H.P. power pack 308/3/60 Hydraulic; 3 phase voltage power pack

free standing frame with Hand rails and roll of guards, and bumpers for safety

hot dip Galvanize finish for the dock and frame; Primed for rust inhibiting

full range toe guards

Bumpers 4.5 In thick

Sealed weather resistant cylinders

Dock lip barrier

free range toe guard

self-contained push button controls of 208-volt 3 phase/ Fussed at 20 amps max; with stop button

6 ft wide x 12 ft long with lip: 18-inch HY with power down lip

Levelers shall have at minimum 18 inch extending plate with safety lip.

Leveler must handle at minimum a 30,000-pound load.

Statement of Work

PROJECT: Contractor will deliver, assemble, unload/set in place, and install, including electrics, two (2) new free -standing hydraulic dock levelers (NO PIT) at the Battle Creek VA Medical Center.VA will remove old leveler.

SCOPE OF WORK: Contractor shall provide all material, equipment, labor, and supervision required to install hydraulic dock leveler systems. Contractor shall test/inspect the systems after installation to ensure correct performance and provide written documentation in support of functionality and performance.

PERFORMANCE: Contractor shall be responsible for verifying available space and space requirements of equipment prior to installation. The contractor shall propose a detailed free-standing hydraulic dock leveler solution to meet the requirement as detailed below in the technical specifications

PLACE OF PERFORMANCE: Battle Creek VA Medical Center, Building 5 back loading dock, 5500 Armstrong Road, Battle Creek, MI 49037.

REPORTING:

Installation shall be performed during normal working hours. The Contractor s staff members are to report to the Contracting Officer Representative (COR) where work is being conducted prior to starting any work.

After work is completed, the contractor s technician(s) shall submit in writing, a complete report of equipment installed, and services performed. The COR will sign the service report upon completion of the installation, and before the staff leaves the facility.

DELIVERY AND INSTALLATION:

Contractor shall be responsible for coordinating delivery and installation with the Contracting Officer Representative (COR) at the Battle Creek VAMC.

Contractor shall deliver product to the Battle Creek VAMC, building 5 back loading dock. Installation includes delivery, uncrating and assembling as required or necessary.

If any items are received damaged or incorrectly, it shall be the responsibility of the Contractor to notify the manufacturer and make arrangements for replacement or repair.

Contractor shall be responsible for removing crating or debris associated with the delivery and installation. Battle Creek VAMC will not provide dumpsters or trash service for debris associated with this job.

Contractor shall be responsible for any hardware, equipment, or tools required for the disassembly, removal, assembly, and installation of all product. Contractor shall leave area clean and neat. The Contractor shall be responsible for general cleaning of all product installed and removal of packing materials. All contractor equipment shall be fully supervised by contractor technicians and fully secured when not in use.

HOURS OF WORK: Work shall be performed during normal hours, between the hours of 8:00am 4:30pm, Monday through Friday, and shall be completed within one (1) week of starting.

GOVERNMENT HOLIDAYS: The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday.

APPLICABLE PROVISIONS AND CLAUSES: The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018)

Addendum to 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019)

Of which are included and applicable:

FAR 52.209-6, Protecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)

FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)

FAR 52.222-19, Child labor Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126)

FAR 52.222-21, Prohibition of Segregated Facilities. (Apr 2015)

FAR 52.222-26, Equal Opportunity (Sep 2016)

FAR 52.222-36, Equal Opportunity for Workers with Disabilities. (Jul 2014)

FAR 52.222-37, Employment Reports on Veterans. (Feb 2016)

FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011)

FAR 52.225-1, Buy American Supplies. (May 2014)

FAR 52.225-13-Restrictions on Certain Foreign Purchases. (Jun 2008)

FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)

FAR 52.204-13, System of Award Management Maintenance (Oct 2018)

FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013)

FAR 52.243-1, Changes Fixed Price (Aug 1987)

VAAR 852.203-70, Commercial Advertising (Jan 2008)

VAAR 852.211-72, Technical Industry Standards (Nov 2018)

VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018)

VAAR 852.246-71, Rejected Goods (Oct 2018)

VAAR 852.247-71, Delivery Location (Oct 2018)

VAAR 852.247-74, Advance Notice of Shipment (Oct 2018)

The following solicitation provisions apply to this acquisition:

FAR 52.204-7, System for Award Management (Oct 2018)

FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

FAR 52.214-21, Descriptive Literature (Apr 2002)

The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html

http://www.va.gov/oal/library/vaar/index.asp

This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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: (Contractor shall list exception(s) and rationale for the exception(s)).

OFFER AND EVALUATION OF AWARD:

This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed, Price Purchase Order, resulting from this solicitation, to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Quotes will be evaluated by Best Value. The following factors will be used in evaluation: technical capability and functionality, warranty, local availability of service support and price.

An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Battle Creek VAMC personnel to discuss this RFQ during the solicitation and evaluation process.

PROCEDURE FOR SUBMITTING DOCUMENTS TO THE DEPARTMENT OF VETERANS AFFAIRS:

DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW.

email: stacy.massey@va.gov

SUBMISSION OF OFFER: All information shall be submitted in the manner described below, and offerors who do not submit all information may not be considered for award.

Contractor shall provide an authorized distribution letter.

The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

This requirement will be awarded on all-or-none basis.

Delivery shall be provided no later than 60 days after receipt of order/award of contract. Contractor shall deliver items FOB destination. The contractor shall deliver all line items to the Place of Performance.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

Quotes shall be separated by line item for ease of evaluation.

Quote package shall include descriptive literature. Literature shall include current warranty provisions to support the government s evaluation of the offered product(s).

RESPONSES ARE DUE: Thursday, June 27, 2019 at 4:00pm EST. Offers will only be accepted electronically via e-mail to stacy.massey@va.gov. Enter RFQ 36C250190979 Hydraulic Docklevelers in the email subject line.

Opportunity closing date
27 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?