DOCUMENT
49 -- CAR PARKING LIFTS BRAND NAME OR EQUAL Harding Steel SUV XL Parking Lift - Attachment
- Notice Date
- 9/21/2018
- Notice Type
- Attachment
- NAICS
- 333921
— Elevator and Moving Stairway Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9866
- Response Due
- 9/26/2018
- Archive Date
- 10/26/2018
- Point of Contact
- Paul Speedling
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION NOTICE for CAR PARKING LIFTS BRAND NAME OR EQUAL Responses to this Combined Synopsis/Solicitation must be in writing and submitted on the attached Request for Quotation. This acquisition implements a 100% set aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs). The NAICS Code is 333921; size standard is 1,000 employees. The SBA has approved an Individual Non Manufacturer Rule Waiver for NAICS Code 333921. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) and must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor and provide the commodities described within the Request For Quotation. CAR PARKING LIFTS BRAND NAME OR EQUAL - Harding Steel SUV XL Parking Lift See System Requirements below. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Combined Synopsis/Solicitation. This notice shall not be construed as a commitment by the Government to award a contract, nor does it restrict the Government to a particular acquisition approach. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Requests for information and resultant responses shall be submitted directly to the contracting officer, Paul Speedling at Paul.Speedling@va.gov. NO TELEPHONE CALLS WILL BE ACCEPTED. All submissions should be received no later than 5:00 pm EST on September 26, 2018. STATEMENT OF WORK CAR PARKING LIFTS Scope of Work NYH is looking to purchase and install 22 Car Lifts at the Manhattan Campus to provide onsite parking. Item/Quantity Description Item Description Technical Specification (Detailed description) QTY Harding Steel SUV XL Parking Lift Capabilities Working Capacity - 6,000 lbs. Static Capacity - 12,000 lbs. Dynamic Capacity - 9,000 lbs Dual hydraulic cylinders Self-standing, self-supporting unit Can be moved or relocated Central or individual hydraulic power pack Solid platform prevents dripping from upper level Wide Model 22 Dimensions Overall Width - 100-1/2" Platform Width - 87-7/8" Drive-thru Width - 92-5/8" Overall Platform Length - 151-11/16" Maximum vehicle wheelbase - 146" Maximum clearance (lower car) - 79" Overall height - 98-7/16" Speed Lifting Speed (seconds) - 17 seconds Lowering Speed (seconds) - 15 seconds Power Power Requirements - 220V 3 Phase 40 amp Power Requirements - 220V Single Phase 40 amp (Electrical Panel to tie in power will be coordinated with the Engineering Department in the field) Features Application - Outdoor/Indoor Surface - Asphalt/Concrete Material - 100% Galvanized Steel Construction Safety Features Safety - Steel-on-Steel Locks Standard key-lock switch for security and safety Automatic shut-off if operator releases the key-switch Manual lock release required to lower the unit Hydraulic velocity fuse protection Warranty One year electrical, two year mechanical, five year structural Installation + Training & Commissioning Estimated 800 Hrs = Misc Job Expenses and installation materials + ForkLift Cost 800 HRS Installation Installation will be completed by the Vendor. Installation will be coordinated with the VA COR assigned to this project. System will operate using existing hydraulic motor, pump, and controllers. The hydraulic oil is a vegetable based hydraulic oil. Oil viscosity needs to be tested prior to using new lifts. Electrical Panel to tie in power will be coordinated with the Engineering Department in the field Place of Performance / Delivery Delivery will be to the Manhattan VA. New York Campus VA New York Harbor Healthcare System 423 East 23rd Street New York, NY 10010 Travel/Parking The contractor will be responsible for their travel. Due to other construction projects and limited parking available at the site, contractor must coordinate any parking needs with the assigned COR and the Police Service. Details of any vehicles entering the site must be provided in advance. (Driver s Full Name, Driver s License Number, Vehicle Description, Vehicle License Plate Number) Government-Furnished Property Contractor will not need any government furnished equipment or property. Education and Training Requirements The Vendor shall be responsible for ensuring that vendor employees providing work on the required equipment are fully trained and completely competent to perform the required work. Specify what training and education is required for the clinical staff to be competent in using/operating the supply. VA Service Point of Contacts Christopher Walls Christopher.Walls@va.gov 1-212-686-7500 Ext. 7252 Elton Paul Elton.Paul@va.gov 1-212-686-7500 Ext. 7259 Pamela Lee Pamela.Lee2@va.gov Ulysses Kitovas Ulysses.Kitovas@va.gov George Mathew George.Mathew@va.gov 1-212-686-7500 Ext. 7101 VA Patient Privacy and Network Infrastructure None of the equipment listed within this procurement package will access the VA Network or store any sensitive patient information. Any contractors that will come on site for install will not need access to VA network. All contractors must comply with VA regulation and complete the following training: VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or use to VA Sensitive Information. Reference the attached Handbook 6500.6 Appendix A - Checklist for Information Security in the initiation phase of acquisitions. The system does not transmit or maintain electronic Protected Health Information. A Manufacturer Disclosure Statement for Medical Device Security (MDS2) form in not applicable. A VA Directive 6550 Pre-Procurement Assessment form is not applicable. Recalls The Vendor shall immediately notify all affected VA Medical Centers and designated POC in the event of a device recall, removal, required adjustment, or required modification that is suggested or mandated by the Vendor, distributor, manufacturer, or any regulatory or government agency. The following information shall be included in this notification: A complete item description and identification (to include lot and serial numbers where applicable); Administrative identification data including order numbers and order date; Reasons for recall, removal, adjustment, or modification; and Instructions for appropriate corrective action.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9866/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9866 36C24218Q9866_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4603144&FileName=36C24218Q9866-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4603144&FileName=36C24218Q9866-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9866 36C24218Q9866_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4603144&FileName=36C24218Q9866-002.docx)
- Place of Performance
- Address: New York Campus;VA New York Harbor Healthcare System;423 East 23rd Street;New York, NY
- Zip Code: 10010-5011
- Zip Code: 10010-5011
- Record
- SN05101207-W 20180923/180921231101-52bed073d6493fa1dd54fcbfd32f2eb7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |