3930 Forklift

Tender Detail

36649146
36C25621Q0361
Self Funded
3930 Forklift
ICB
Northern America
Asia-Pacific Economic Cooperation, APEC,G20
25-01-2021

Work Detail

View Changes Combined Synopsis Solicitation 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 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 2005 94 2005 95 01 19 2019 This Solicitation Is Set Aside For Service Disabled Veteran Owned Small Businesses The Associated North American Industrial Classification System Naics Code For This Procurement Is 493110 With A Small Business Size Standard Of 30Million The Fsc Psc Is 3930 The Overton Brooks Va Medical Center 510 E Stoner Ave Shreveport La 71101 Is Seeking To Purchase A Forklift All Interested Companies Shall Provide Quotations For The Following Supplies Services Toyota Model 8Fgu32 6 500 Capacity Internal Combustion Lift Truck Quality Engineered With The Following Specification Solid Pneumatic Drive Amp Steer Tires Overall Unit Width 48 8 Wide Dual Fuel Lp Gas Amp Gasoline Powered Ul Underwriter S Laboratories Safety Type G Lp Rating Heavy Duty Side Shifting Fork Positioner With 4 Way Hydraulic Controls Includes Automatic Fork Leveling System Via Button On The Tilt Lever Enclosed Metal Cab With Heater Windshield Wipers Operator Fan Circulation Fan Etc This Lift Truck Is Equipped With A 3 Way Catalytic Muffler System As Standard Equipment And Conforms To Current Federal Epa And California Arb Regulations For Off Road Large Spark Ignited Engines Photo May Portray Optional Equipment Not Included In Your Quotation System Of Active Stability Sas Toyota s Industry Exclusive System Of Active Stability Sas Helps Reduce Lift Truck Instability By Electronically Monitoring And Controlling Various Functions Of The Lift Truck Active Control Rear Stabilizer Various Lift Truck Sensors Simultaneously Monitor Vehicle Speed Fork Height Load Weight And Vehicle Yaw Or Angular Acceleration Should The Operator Inadvertently Place The Truck In A Potentially Unstable Lateral Condition The Sensors Trigger The Sas Controller To Activate The Active Control Rear Stabilizer To Help Reduce The Likelihood Of A Lateral Tip Over Note Does Not Apply To Dual Drive Configured Models Active Mast Function Controller Amc Should The Operator Inadvertently Place The Lift Truck In A Potentially Unstable Longitudinal Condition These Same Sensors Trigger The Sas Controller To Activate The Amc Which Limits Forward Tilt And Or Tilt Back Speed To Help Reduce The Likelihood Of A Longitudinal Tip Over Automatic Fork Leveling Toyota s Automatic Fork Leveling Feature Increases Productivity While Reducing Damage With A Push Of A Button By Depressing The Automatic Fork Leveling Button During Forward Tilt Operators Are Quickly And Easily Able To Level The Forks Toyota Engine Engineered To The Highest Standards Of Quality Durability And Reliability Your Toyota 8 Series Lift Truck Is Outfitted With The Industry s Most Respected Industrial Engines Ultra Comfort 4 Way Adjustable Full Suspension Seat With Non Cinching Seat Belt Operator Comfort Is Taken To A New Level With Toyota s Ultra Comfort 4 Way Adjustable Full Suspension Vinyl Seat With Lumbar Weight Tilt And Almost 6 Inches Of Fore Aft Adjustability Your Operators Will Be Comfortable And Productive Throughout Their Shift Standard Non Cinching Seat Belts Provide Additional Comfort In Applications Requiring Frequent Reverse Travel Lcd Multi Function Display Ii Features On The New Mfd Ii Include Data Log Functions Fuel Information Amp Operation Data Log All With Qr Code Output Fuel Gauge Excluding Lp And Password Protected Administrator Level Access That Can Manipulate Functions Such As Travel Vehicle Management And Operation Data Log Functions Lifting Rating As A Minimum Must Be Rated At 6500 Pounds Or More Fuel As A Minimum Must Be Gasoline Forks As A Minimum Must Be Heavy Duty Side Shifting Fork Positioner With 4 Way Hydraulic Controls With Automatic Fork Leveling System Via Button On Tilt Lever Opening Range From 2 0 In To In And 37 Minimum Out To Out 8 0 Of Side Shift Included Lights As A Minimum Two Adjustable Led Headlights With Headlight Guards Led Rear Light Group Brake Lights Tail Lights Turn Signals Back Up Lights Markers Led Safety Strobe Light Amber Led Rear Working Light Reverse Activated Tires Must Be Solid Pneumatic Tires Front Rear Solid Pneumatic Tires Including Rear Side Ring Safety Wheels Warning Equipment Back Up Alarm Warning Lamp Engine Coolant Temperature Warning Gauge Engine Oil Pressure Warning Lamp Battery Charge Warning Lamp And Sas Amp Operator Presence Warning Lamp Mask Must Be Full Free Lift Minimum Fork Height Of 180 Inches Overall Lowering Height 89 Inches Overhead Guard Height Of 85 50 Inches Enclosed Metal Cab With Heater Windshield Wipers Operator Fan Circulation Fan Etc Delivery Shall Be Provided No Later Than 30 Days After Receipt Of Order Aro Fob Destination Place Of Performance Place Of Delivery Address Overton Brooks Va Medical Center Attn Theodis Pickett 510 E Stoner Ave Shreveport La 71101 Usa The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http Acquisition Gov Comp Far Index Html The Following Solicitation Provisions Apply To This Acquisition Far 52 212 1 Instructions To Offerors Commercial Items Far 52 212 3 Offerors Representations And Certifications Commercial Items 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 Items 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 Items Far 52 212 5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders 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 The Following Are The Decision Factors The Award Will Be Made To The Response Most Advantageous To The Government 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 Submission Of Your Response Shall Be Received Not Later Than 12 00Pm Cst On January 25 2021 At Kristi Mummert Va Gov Or Kristi Riley Va Gov 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 Nlt 12 00Pm Cst On January 21 2021 Point Of Contact Kristi Riley 713 794 0740 Kristi Mummert Va Gov Or Kristi Riley Va Gov

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail