The RFP Database
New business relationships start here

Warehouse Equipment for Lighthouse Drugstores


Virginia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is PR8427778 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 423390 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-24 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Lilongwe 3, null nullThe Department of State requires the following items, Brand Name or Equal, to the following: LI 001: Industrial Digital platform weighing scale:
Capacity kg: 300
Large backlit LCD display.
Large Grade 304 stainless steel platform.
Pillar mounted.
Readability: 2 grams
Material: Stainless steel top pan
Pan: (L) 380 mm x (W) 300 mm (Minimum size), 2, EA;LI 002: Light duty Digital platform weighing scale:
Capacity kg: 60
Large backlit LCD display.
Grade 304 stainless steel platform
Pillar mounted.
Readability: 5 grams
Pan: (L) 380 mm x (W) 300 mm (Minimum size), 2, EA;LI 003: Heavy Duty Box cutters:
Stainless steel cutting knife with easy snap-off blades
Plastic body and snap-shut locking device
Tail piece snaps off blunt blades
At least 18 mm blade, 30, EA;LI 004: Wire Cutter / Cutting Pliers (heavy duty):
Size: Approximately 16 x 5 x 2 cm
Material: advanced CR-V chrome vanadium alloy steel, 10, EA;LI 005: Extension Ladder: Closed / Section Height: About 2.5 m Height Fully Extended: 7 m plus Capacity: 170 Kgs
Must be OSHA approved, fiberglass for the design purpose.
https://www.osha.g
ov/laws-regs/regulat
ions/standardnumber/
1926/1926.1053, 4, EA;LI 006: Steel Rolling Ladder: Height to top step: 2000 mm Capacity: 200 Kgs Frame materials: Steel Swivel casters for easy mobility With hand rails,
serrated steps and foot pedal breaks, 4, EA;LI 007: Folding 5-Step Industrial Ladder: Capacity kg: 150 Closed Height: About 1600 mm Frame Material: Fiberglass Max Working Height m: 2.9 Number
of Treads Including Platform: 6 Tread Type: Serrated
ladders must be compliant with OSHA regulations for the stated purpose
https://www.osha.g
ov/laws-regs/regulat
ions/standardnumber/
1926/1926.1053, 4, EA;LI 008: Plastic HDPE Waste bin: 240L, 2 Wheels with Lid Material: Plastic (HDPE) Capacity: 240 L Structure: Standing Wheels: 2, Out door, 4, EA;LI 009: Porters Folding Nose Trolley: Folding aluminum or Steel or zinc plated Wheels: rubber & puncture proof Foot iron size: 590 x 330mm Capacity: 200
kg and above (Heavy Duty), 4, EA;LI 010: Hand Platform Truck/Trailer: Base Material: Mesh Capacity kg: 500 Length mm: 1500 Platform Height mm: 360 Platform Length mm: 1500 Platform
Width mm: 750 Wheel Diameter mm: 340 Wheel Type: Reach compliant pneumatic steel centred, 2, EA;LI 011: Manual pallet Jacks; Minimum features: Capacity = 2,000 kgs, Fork Height Lowered = 85 mm, Fork Height Raised = 200 mm, Fork Length = 1150
mm, Fork Width = 160mm, Overall Width = 540 mm, Roller Material = Polyurethane or Nylon, Wheel Type = Polyurethane, 4, EA;LI 012: Pallets: Type = Full Four-Way pallets Standard Size = 120 cm (L) x 100 or 80 cm (W) x 15 cm (H) Material = Plastic Heavy duty or durable
polyethylene, 100, EA;LI 013: Hydraulic Forklift Pallet Jack/Stacker: Minimum features: Forks Lowered Height = 25 Forks Raised Height = 1900 mm, 4, EA;LI 014: Reach Trucks: Capacity = Over 2 Ton Maximum Lifting Height = 6 meters and above Power = Electric (Battery) Battery Charger, 2, EA;LI 015: Metal Shelves / Pallet Storage Racks in assorted frame works
Heavy duty Industrial racking
Page: 5 of 8
Capacity to carry over 7 - 12 tonnes per system / bay
Adjustable beam levels
Able to seat standard size pallets
Either solid pine decking or steel decks
Frame Height: 3.0 meters
Length (mm) 3,000, Depth (width) (MM) 900, Height (MM) 3,000, 48, EA;LI 016: Metal Shelves / Pallet Storage Racks in assorted frame works
Heavy duty Industrial racking
Capacity to carry over 7 - 12 tonnes per system / bay
Adjustable beam levels
Able to seat standard size pallets
Either solid pine decking or steel decks
Frame Height: 3.0 meters
Length (mm) 2,000, Depth (width) (MM) 900, Height (MM) 3,000, 10, EA;LI 017: Metal Shelves / Pallet Storage Racks in assorted frame works
Heavy duty Industrial racking
Capacity to carry over 7 - 12 tonnes per system / bay
Adjustable beam levels
Able to seat standard size pallets
Either solid pine decking or steel decks
Frame Height: 3.0 meters
Length (mm) 1,000, Depth (width) (MM) 900, Height (MM) 3,000, 4, EA;LI 018: 2-Tread/Step Static Stool: Two step platform stool Welded steel construction for extra strength Anti-slip rubber matting improves stability Maximum
working load: 150kg, 8, EA;LI 019: Supermarket Shopping Trolley:
Zinc plated
Touqh construction with basket bottoms
4 rubber tyred swivel castors
Dimensions: At least (W) 590 mm x (D) 1030mm x (H)1030mm
Capacity: 150 litres, 8, EA;LI 020: Hand Trolley and Platform Truck: Maximum load of 250kg Steel trolley frame 2 in 1 = Hand trolley and Platform truck, 2, EA;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.If this is a bBrand Name Onlyb procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es).In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com.This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturerbs warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.

The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturerbs current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP