3990--PALLET SHUTTLE SYSTEM
ID: 36S79724Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNAC FACILITY PURCHASING SUPPORT (36S797)HINES, IL, 60141, USA

NAICS

Conveyor and Conveying Equipment Manufacturing (333922)

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for a Pallet Shuttle System to enhance storage capabilities at the VA Service Distribution Center located in Hines, Illinois. The procurement aims to install a high-density, space-efficient pallet shuttle system, which includes necessary materials for pallet shelving, installation, and operator training, specifically designed to support pallets weighing up to 900 lbs. This solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to improving operational efficiency while supporting veteran-owned enterprises. Interested contractors must submit fixed-price quotes by September 20, 2024, and can direct inquiries to Contract Specialist Brandy Hudson at brandy.hudson@va.gov.

    Point(s) of Contact
    Brandy HudsonContract Specialist
    brandy.hudson@va.gov
    Files
    Title
    Posted
    The document outlines specifications related to ductwork and sprinkler systems in a building environment. It details various ductwork dimensions, including a 22" deep and 26" wide duct not currently in service, as well as 30" and 36" wide ducts with specific clearance requirements. Notably, there are height clearances specified for both the ductwork and sprinklers, emphasizing a need for appropriate spacing and safety measures. The document mentions that the distance between the ductwork is approximately 350 inches and provides critical height clearance measurements for pipes and sprinklers. The overall focus is on ensuring compliance with safety regulations and functional design requirements in construction and facility management. These requirements may be relevant for government RFPs and grants aiming to update or maintain infrastructure to meet safety and operational standards.
    The document provides a detailed specification of ductwork dimensions and clearances for a construction or renovation project. It outlines several duct sizes including 22" depth by 26" width, 30" and 36" widths, along with their corresponding clearance requirements. Key height clearances are noted: 19' for pipes, 23' for sprinklers, and specific horizontal clearances from walls and beams. The distance between the ductwork is approximately 350". The emphasis on precise measurements suggests a focus on compliance with safety and functionality standards, essential for maintaining air quality and fire safety in the building. Overall, the document serves as a critical component in the planning phase of a federal or local RFP, ensuring that all mechanical systems are correctly documented prior to construction. This attention to detail is vital for avoiding future complications and ensuring adherence to relevant regulations and codes.
    The Combined Synopsis/Solicitation Notice is a request for quotations for a Service-Disabled Veteran Owned Small Business to design and install a custom pallet shuttle system in a warehouse storage room. The system must have the capacity to support 900lb pallets up to 84 inches in height, with FIFO and LIFO capabilities. Offerors are required to provide a fixed-price quote, complete several certifications, and propose a solution that meets the detailed technical requirements outlined in the notice. Quotes are due by 16:30 EST on September 20, 2024, and the successful offeror will provide the most advantageous solution to the government, with price and technical merit taken into consideration.
    This document outlines an amendment to the federal solicitation 36S79724Q0015 for a Pallet Shuttle System, managed by the VA National Acquisition Center (NAC) in Hines, IL. It provides critical updates regarding the solicitation, including the submission of questions and answers related to the project, which were due by August 30, 2024. The response deadline for proposals is set for September 20, 2024, at 16:30 Eastern Time. The solicitation is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), classified under Product Service Code 3990 and NAICS Code 333922. Additionally, it indicates that no Recovery Act funds will be used. The document cites the contracting office's contact, Brandy Hudson, for inquiries and points to several attachments such as the Q&A document and spatial height restrictions. This amendment serves as a critical communication tool for potential contractors in understanding the requirements and clarifications necessary for successful bid preparation in the context of federal procurement processes.
    This document serves as an amendment to the previous combined solicitation for a Pallet Shuttle System, specifically referencing solicitation number 36S79724Q0015. It clarifies a correction regarding an attached file from an earlier amendment, which contained an incorrect solicitation number (36S79724Q0016) for the questions and answers related to the Pallet Shuttle System. The updated attachment now bears the correct solicitation number (36S79724Q0015). It outlines essential details, including the contracting office's address in Hines, Illinois, the response deadline set for September 20, 2024, and identifies Brandy Hudson as the contact specialist for inquiries. The amendment confirms that the solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSBC) participants and provides administrative particulars such as product service code and NAICS code. Overall, this document primarily addresses administrative oversight in the solicitation process while ensuring clarity and accuracy in documentation for prospective bidders.
    The document addresses inquiries related to the solicitation for Pallet Shuttle Systems by the Department of Veteran Affairs (VA). The primary requirement is that the system must be assembled on-site by the contractor due to its large size. There are no plans for a site visit, and all relevant diagrams, despite requests for additional ones, are limited to what has already been provided in the attached files. The document also includes reference to photos correlated with the project, which are available for review. Overall, this Q&A format clarifies expectations and restrictions regarding the assembly and design specifics essential for interested contractors responding to the VA's request for proposals (RFPs). It underscores the importance of compliance with the outlined requirements for successful bid submissions.
    The document addresses inquiries related to the Department of Veterans Affairs' RFP concerning Pallet Shuttle Systems. Key points include the requirement for the assembly of the system to occur onsite due to its large size. There are no plans to facilitate a site visit, and while references to diagrams integral to the scope of work are mentioned, only one diagram has been confirmed as available. The document indicates that additional diagrams are not available, although attached files and photos for various regions (Northeast, Northwest, Southeast, Southwest) are provided. Overall, the responses clarify logistical details about the project and the limitations regarding available documentation, reflecting the structured communication typical in government RFP processes.
    The Federal Acquisition Regulation (FAR) solicitation 36S79724Q0015 seeks quotes for a Pallet Shuttle System to enhance storage at the VA Service Distribution Center in Hines, IL. The entire project focuses on installing a space-efficient, high-density pallet shuttle system, which includes materials for pallet shelving, installation, and operator training. The solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires compliance with several regulations including limitations on subcontracting. Eligible contractors must submit fixed-price quotes by September 20, 2024, along with required certifications, including the completion of specific VA forms. The chosen contractor will be evaluated based on price and technical acceptance, ensuring the delivery of a FIFO/LIFO system capable of supporting pallets weighing up to 900 lbs with specific height requirements. The documentation outlines compliance expectations and the importance of adhering to safety standards and governmental procurement practices. The project signifies the VA’s commitment to improving operational efficiency while supporting veteran-owned enterprises.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    3990--Corrugated Cardboard Pallet (VA-24-00096691)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of corrugated cardboard pallets, specifically 48” x 40” in size, under solicitation number 36S79724Q0016. The requirement includes a monthly supply of 1,500 pallets with biweekly deliveries to the VA Service Distribution Center in Hines, Illinois, emphasizing the need for structural integrity and weight capacity specifications. This procurement is crucial for the VA's operations, ensuring efficient material handling and support for veteran-owned businesses within the federal procurement framework. Interested vendors must submit their quotes by September 20, 2024, at 4:30 PM EST, and can direct inquiries to Contract Specialist Brandy Hudson at brandy.hudson@va.gov.
    7125-- Shelving
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide wire shelving, cabinets, and bins as part of a procurement initiative managed by the Network Contracting Office 6. The Request for Quotation (RFQ) outlines the need for various shelving and storage units, including mobile carts and dispensers, with a total of 14 line items specified, ranging in quantity from 1 to 252, and requiring delivery and assembly services. This procurement is crucial for enhancing operational efficiency within the Veterans Health Administration, ensuring that healthcare facilities are equipped with effective storage solutions. Interested parties can contact Contract Specialist Cedric Frasier at cedric.frasier@va.gov for further details regarding the solicitation.
    N071--Extend questions and quote due dates | ELP Furniture Install, storage & moving
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation, storage, and moving of furniture under Solicitation Number 36C25724Q0976, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The project encompasses a base period plus four optional years, with a significant contract value of approximately $36.5 million, aimed at enhancing functionality within Veteran healthcare facilities. Interested contractors must demonstrate experience with multi-manufacturer systems furniture and provide trained personnel, tools, and transportation for the required services. The deadline for submitting quotes is now set for October 10, 2024, at 12 PM Central Time, with inquiries directed to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.
    3930--Warehouse Vehicles
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a solicitation for the procurement of CUSHMAN Part Number 628520 35LR59 Warehouse Vehicles, intended for the Edward J Hines Jr. VAMC in Hines, IL. This firm-fixed price solicitation, designated as RFQ 36C25224Q0838, will follow FAR Part 13 Simplified Acquisition Procedures and requires vendors to submit itemized quotes along with sufficient technical documentation to demonstrate compliance with the solicitation requirements. The acquisition of these specialized warehouse vehicles is crucial for supporting the operational needs of the VA, emphasizing efficient procurement processes for federal agencies. Interested vendors must submit their quotes via email to Contract Specialist Mack Taylor at mack.taylor2@va.gov by September 20, 2024, at 12 p.m. Central Time.
    Durable Medical Equipment (DME) Storage and Delivery Services - VA Maryland Healthcare System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Durable Medical Equipment (DME) storage and delivery services for the VA Maryland Healthcare System, with a contract period from January 1, 2025, to December 31, 2029. The contractor will be responsible for the pickup, setup, delivery, repair, installation, sanitization, and patient training related to government-owned DME, ensuring compliance with The Joint Commission standards and addressing the needs of eligible veterans across multiple VA facilities in Maryland. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside, with a minimum contract guarantee of $50,000 under a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Interested parties should contact Darcy Gray at darcy.gray2@va.gov or Paschal Dawson at paschal.dawson@va.gov for further details.
    N071--Moves, Install & Storage Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Moves, Install & Storage Services for the Nebraska Western Iowa Health Care System. The procurement aims to establish a firm fixed-price contract for essential services, including disassembly, assembly, moving furniture, and managing medical equipment installations, with a strong emphasis on timely responses and quality assurance. This opportunity is particularly significant as it is a total small business set-aside, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a total award amount of $34 million over a five-year period starting September 30, 2024. Interested contractors must submit their quotes by 5:00 PM CST on September 22, 2024, and direct any technical questions to Contract Specialist Erica Miller at erica.miller5@va.gov.
    R602--575 / Base +4 / Courier Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a courier contract designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to support the Grand Junction VA Healthcare System. The contract will involve the transportation of medical items, requiring vendors to provide vehicles capable of carrying a minimum of four 2’x2’x2’ boxes, as well as necessary equipment such as coolers and totes. This service is critical for ensuring timely and safe delivery of medical supplies across various locations in Colorado and Utah, with an estimated demand of approximately 3,000 trips annually. Interested parties must submit their quotes by 2:00 PM MDT on September 19, 2024, to Contract Specialist Jim Lewis at james.lewis114fbb@va.gov, and may submit questions until September 16, 2024.
    8145--Climate Controlled Storage Shed for VAMC Las Vegas - Fisher House
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a climate-controlled storage shed for the Fisher House Suites at the Las Vegas Medical Center. The project requires a specialized container equipped with a 15,000 BTU PTAC unit, heating elements, and a remote programmable thermostat, along with specific interior and exterior finishes to ensure durability and functionality. This procurement is crucial for providing adequate storage solutions that meet the needs of veterans and their families, reflecting the VA's commitment to quality and safety in its facilities. Interested contractors must submit their quotes by September 24, 2024, no later than 12:00 PM PDT, and can direct inquiries to Contract Specialist Jessica I Newman at Jessica.Newman2@va.gov.
    CDTF Shelving
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard's Counterdrug Task Force (CDTF), is seeking a contractor to provide three heavy-duty shelving units in Rancho Cordova, California. The procurement includes the delivery and assembly of shelving units that meet specific dimensions and load capacities, with the contractor responsible for all necessary resources, including personnel and tools, while adhering to safety and compliance regulations. This initiative is crucial for enhancing the operational capabilities of the CDTF, ensuring efficient storage solutions for their resources. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by September 20, 2024, with questions due by September 17, 2024; for further inquiries, contact Roger Bond at roger.a.bond4.mil@army.mil or Grace Marquez at grace.marquezvelasquez.mil@army.mil.
    SFS - HD Shelving Sysem
    Active
    Dept Of Defense
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking proposals for a high-density mobile shelving system through Solicitation Number W50S6V24Q0036. The procurement aims to acquire two mobile storage racks for the Supply Bay and Armory, with specific requirements for security features, dimensions, and configurations to ensure proper organization and safety of stored items, including weapons and ammunition. This initiative is critical for enhancing storage capabilities within military facilities, ensuring compliance with safety regulations, and facilitating efficient inventory management. Interested small businesses must submit their quotes by 24 September 2024, following a site visit scheduled for 13 September 2024, and can direct inquiries to Capt Jacob Geroux at jacob.geroux.1@us.af.mil or the 140th Contracting Office at 140.WG.MSC@us.af.mil.