H239--Palletized Fork Lifts- Rigging/Relocation/Placement Services -Northern Arizona VA Healthcare System (NAVAHCS)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Arizona
Type of Government: Federal
FSC Category:
  • H - Quality Control, Testing, and Inspection Services
NAICS Category:
  • 238290 - Other Building Equipment Contractors
Posted Date: Apr 15, 2024
Due Date: Apr 18, 2024
Solicitation No: 36C26224Q0964
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
H239--Palletized Fork Lifts- Rigging/Relocation/Placement Services -Northern Arizona VA Healthcare System (NAVAHCS)
Active
Contract Opportunity
Notice ID
36C26224Q0964
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Apr 15, 2024 12:10 pm PDT
  • Original Published Date: Apr 11, 2024 08:52 am PDT
  • Updated Date Offers Due: Apr 18, 2024 02:00 pm PDT
  • Original Date Offers Due: Apr 18, 2024 02:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 18, 2024
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H239 - EQUIPMENT AND MATERIALS TESTING- MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Department of Veterans Affairs Northern Arizona VA Healthcare System Prescott , AZ 86313
    USA
Description

This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2024-02, effective 12/22/2023. This solicitation is set-aside for 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 238290, with a small business size standard of $22.0 Million. The FSC/PSC is H239. The award will be made to the quote most advantageous to the Government and best meets the requirement described in the statement of work. This is a firm-fixed price contract. Price and Other Factors: See Attachment 2, FAR 52.212-2 Evaluation Statement of Work Palletized Forklifts (2)- Rigging, Relocation and Placement Background: The Department of Veterans Affairs, Northern Arizona Health Care System (NAVAHCS), ordered two Crown, Model RC 7500, forklifts in preparation for the new warehouse being constructed. The lifts were stored in building 112 until warehouse completion. We now have occupancy and need to place two (2) narrow aisle forklifts, Model Crown RC7500 (EE #: 34791 & 34792), inside the newly constructed warehouse (Building 165) and place them in an upright position and make operational. The forklifts are laying on their side and are palletized. Scope of Work: Contractor shall provide all necessary labor, materials, supplies, part, tools, equipment, travel, transportation expenses and other related costs necessary to provide for the relocation, rigging, craning of two (2) palletized forklifts from building 112 (B112) to building 165 (B165), place them in an upright position, install batteries, and test for basic proper forklift operation. Contractor shall pick up two Palletized Crown Model RC7500 forklifts from B112 and transport to B165 approximately 200 yards away using a Forklift or similar equipment capable of transporting with the following palletized estimated dimensions: Mast length = 159 Overall length = 164 Overall width = 78 Overall height = 53 Contractor shall place plywood sheets of sufficient thickness (typically ½ thickness), or similar material capable of withstanding weight of rigging equipment on the warehouse floor of B165 to protect the floor from scuffing, gouging, or damaging the finished concrete floor during rigging operations. Contractor shall place the forklifts through the loading dock bay doors at B165. Contractor shall utilize rigging equipment including but not limited to forklifts, cranes, straps, chains, dollies, rollers, and other rigging tools to place the forklifts in an upright position inside the building. Contractor shall install forklift batteries into the electric forklift trucks. 2.5.1 Batteries are currently stored in building 165 and are accessible by the contractor. Upon completion of rigging and battery installation, contractor shall test the forklift for proper operation. Crane Operations & Permitting: All crane operations shall be by permit only. Contractors shall comply and submit the following documents as part of the NAVAHCS Crane Permitting process: Contractor s Annual Inspection for the crane that will be used. In accordance with OSHA Standard 1910.179, conduct an industry standard daily crane inspection and provide a copy of the report to the VA Safety Representative on the day of, and prior to crane operations. A VA Safety Representative will be on site during operations. A copy of the license for the crane operator. Rigging certifications. Lift Plan - A detailed plan of the crane and rigging operation. VA Safety Department will review and approve said permit prior to any crane operations. Hours of Operation: Normal hours of operation are Monday through Friday from 6:00 am to 6:00 pm Pacific Time. All work is expected to be performed generally during normal hours of coverage unless requested or approved by the facility Program Point of Contact (PPOC). Work performed outside the normal hours of coverage must be approved by the facility PPOC or his/her designee. All time shall be approved in advance by the facility PPOC. Allow 5-days for approval of any alternate working hours needed. Delivery Hours of Operation: Monday Friday; 0730hrs 1600hrs; excluding all Federal Holidays and any other day specifically declared a National Holiday by the President of the United States. New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. Place of Performance: Northern Arizona VA Medical Center, 500 Hwy. 89, Prescott Arizona, 86313 Estimated Period of Performance: May 15, 2024 June 30, 2024 Security Requirements: N/A The Security Accreditation Package is not required. The Contractor will not have access to VA computers, they will not have access to online resources belonging to the government. The Contractor will not have access to protected Patient Health Information (PHI), nor will they have capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required; any memory storage device will remain in VA control and will not be removed from VA custody. All research data available for Contractor analysis is de-identified. Security background checks are not required. ***PRICE/COST SCHEDULE*** Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Perform Rigging, Relocation/Transporting, and Placement Services for Two Palletized Electric Forklifts (IAW SOW) 1 JB 0002 Plywood Sheet (or similar) Material 1 EA 0003 Forklift Battery Installation (Two Forklifts) 1 JB 0004 Perform Operational Testing Upon Battery Install (Two Forklifts) 1 JB Total **Please use the format above for pricing** The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Commercial Services. 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 Products and Commercial Services (Dec 2022) ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Mar 2023) The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (9), (18)(i), (25), (26)(i), (29), (30), (31), (33), (34)(i), (39)(i), (48), (55), (62), (c), (1), (2), (4), (7), (8). VAAR 852.203-70 Commercial Advertising (May 2018). VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certification of Compliance for Services and Construction. (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018). This is accomplished through the Tungsten Network located at: http://www.fsc.va.gov/einvoice.asp This is mandatory and the sole method for submitting invoices. Service Contract Act Wage Determination #: 2015-5471 Rev. 21 All quoters shall be submitted in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services . (SEP 2023) All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Jennell Christofaro at Jennell.christofaro@va.gov. 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. Decision factors to be considered are Cost, Schedule, Technical Capability, and Past Performance. This contract/purchase order will consist of a base period of performance: (estimated) 05/15/2024 06/30/2024. The award will be made to the quote most advantageous to the Government and best meets the requirement described in the Statement of Work. 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. All RFQ questions shall be received not later than April 15, 2024, 0900 PST at jennell.christofaro@va.gov only. Subject line shall include INQUIRY TO RFQ 36C26224Q0964 for consideration. All answers to inquiries received by due date and time will be addressed through an amendment. No further inquiries will be addressed after due date. Submission of your RFQ response offer shall be received not later than April 18, 2024, 1400 PST at jennell.christofaro@va.gov only. Subject line shall include RESPONSE TO RFQ 36C26224Q0964 for consideration. 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 Contract Specialist Jennell Christofaro Jennell.christofaro@va.gov Attachment One: FAR 52.212-1 ADDENDUM Instructions to Offerors Attachment Two: FAR 52.212-2 Evaluation Attachment Three: VAAR 852.219-73 Notice of Total Set-Aside for Certified SDVOSB Attachment Four: VAR 852.219-75 SDVOSB Certification Attachment Five: Fire Damper Inspection Report Blank Template (End of Provision)


Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 11, 2024[Combined Synopsis/Solicitation (Updated)] H239--Palletized Fork Lifts- Rigging/Relocation/Placement Services -Northern Arizona VA Healthcare System (NAVAHCS)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Toggle navigation Solicitations Tabulations, Awards, and Recommendations

City of Phoenix

Bid Due: 5/17/2024

Follow H345--Inspect Boilers and Associated Equipment Active Contract Opportunity Notice ID 36C26224Q1053 Related

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/10/2024

Follow Fire Alarm Panel Repair Active Contract Opportunity Notice ID 15B60924Q00000002 Related Notice

JUSTICE, DEPARTMENT OF

Bid Due: 5/06/2024

Follow Tucscon SAVAHCS Medical Gas Inspection Active Contract Opportunity Notice ID 36C26224Q1096 Related

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/10/2024