Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2020 SAM #6622
SOURCES SOUGHT

23 -- 600-20-1-5441-0004, BIGFOOT ELECTRIC BURDEN CARRIER, EQUIPMENT, ENGINEERING (VA-20-00016741)

Notice Date
1/14/2020 2:35:09 PM
 
Notice Type
Sources Sought
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0301
 
Response Due
1/21/2020 8:59:59 PM
 
Archive Date
01/28/2020
 
Point of Contact
MELVIN RUTLEDGE
 
E-Mail Address
MELVIN.RUTLEDGE@VA.GOV
(MELVIN.RUTLEDGE@VA.GOV)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION: 36C262-19-Q-0424 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NAICS 336112 sources (size standard of 1,500 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide one ( 1 ) Bigfoot Electrical Burden Carrier. Responses to this notice shall be submitted via email to Melvin.rutledge@va.gov Telephone responses shall not be accepted. Responses must be received no later than 1/21/2020 10:00am PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Notice: Remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. If you are interested, and can provide the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Salient Characteristics: Electrical Burden Carrier ( Big Foot ) for VA Long Beach Engineering/ Air Conditioning and Refrigeration shop with the following salient characteristics: Total load capacity must not exceed 3000 lbs. and cart must be capable of driving up to a maximum speed of 12 mph. Total tow capacity must not exceed 7,500 lbs. Cart must have a turning radius equal to 137 in. Total overall length of cart must be equal to 130.5 in. Total overall width of cart must be equal to 44 in. Maximum height with cab must not exceed 73 in. Cart must have a wheel base equal to 62 in. Cart must have a Ground clearance equal to 5.5 in. Must provide a 12.5 hp 48 V, Fully enclosed AC, brushless Motor. Battery system must comprise of (8), 6 - Volt batteries and system must be wired in series to provide adequate power not to exceed 48 volts DC. Drive Axle must have a Helical gear, oil bath transaxle, GT automotive differential. Cart must have a built in charger capable of providing 48 V, 17 A SCR, 1 kW, at 115 VAC with an interlock. Cart must be equipped with a Solid State self diagnostic AC speed controller. Cargo must have Steel Unitized Body, heavy duty 12 Gauge Smooth skin. Cart must be equipped with a Flush Deck equal to 44 x 77 in. with Black 5/8 inch plywood deck board. Cart must be equipped with rack and pinion steering. Suspension must have Multi - leaf springs equipped on the front and rear of cart and 5.70 x 8, load range C pneumatic tires. Cart must be equipped with rear hydraulic disc brakes and hand operated parking break. Overall weight of cart must not exceed 1,565 lb. Must provide cart with 2 black adjustable bucket seats, and driver seat needs to be equipped with a interlock. Cart must equipped with a smart view display: ( Battery indicator, hour meter, fault code display), reverse buzzer, F-N-R switch, key switch, light switch, high / low speed switch, emergency power cut-off switch, DC/DC converter, dual USB ports, and electric horn. Light accessories on cart must be equipped with Dual LED headlights, taillights, and brake lights. Exterior color must be Dark Gray to ensure uniformity of Engineering Service carts. Cart must be conformance to international standards Type E OSHA 1910.178, ANSI B56.8.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/798dbdb3399244208f19dc81ec388aa0/view)
 
Place of Performance
Address: VA LONG BEACH HEALTHCARE SYSTEM;5901 EAST 7TH STREET;LONG BEACH CA 90822
 
Record
SN05534761-F 20200116/200114230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.