SOLICITATION NOTICE
24 -- This is a combined synopsis/solicitation for commercial item in accordance with FAR Subpart 12.6. The NAIC code is 3331120, SB standard 500 employees. Purchase 1 each 10,000 LB & 6,000 LB Brand name/equal industrial forklift.
- Notice Date
- 4/17/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- DABQ06-03-R-0027
- Archive Date
- 6/27/2003
- Point of Contact
- Robert Batangan, (808) 438-6535 ext 199
- E-Mail Address
-
Email your questions to ACA, Fort Shafter
(Robert.Batangan@shafter.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number DAPC50-02-R-0036 IS ISSUED AS A Request for Proposal, and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The North American Industr y Classification System code is 3331120, with a small business standard of 500 employees. The acquisition is a firm-fixed contract. Purchase 1 each, Brand name or equal 10,000 lbs rough terrain Ingersoll Rand model VR-1044 low profile telescopic materia l forklift with the following minimum features: forklift capacity: 10,000 lbs; Cummins 4BT3.9 diesel engine, power shift transmission, 3 speed forward and reverse, all wheel drive, planetary steering, work lights, foam fill tires and stabilizers. Maximum lift height 44.3 feet, maximum forward reach 29 feet, carriage 60 inches and forks 60 inches, to include service, parts, and operation manuals and provide on-site training on equipment safety and operations at US Army 25th ID(L) G3/DPTM RDH, Range Maintena nce Yard, Bldg 1124, Beaver Road, Schofield Barracks, Hawaii, Point of Contact Emerson Williams, phone: (808) 655-0315. Purchase 1 each, Brand name or equal 6,000 lbs caterpillar lift truck model DP30K-D forklift with the following minimum features: Mits ubishi s4s (3.3 l/62hp) diesel engine, hydrostatic steering, single speed power shift transmission, (dual front tires) two headlights ohg mounted, rear working lights, horizontal rear combination stop/tail lights and back-up alarm; 6,000 lb capacity at 24 inches load center; mast: triplex maximum fork height 158 inches, overall lowered height 76 inches and free fork height 27.5 inches; carriage: class III, hook type forks: 1.8 inches x 5 inches x 54 inches, side shift, to include service, parts, and operat ion manuals and provide on-site training on equipment safety and operations at Pohakuloa Training Area, Hilo, HI, Point of contact, Dean Banks, phone (808) 433-1810 ext. 414. Delivery of equipment shall be made FOB destination (FAR 52.247-34) to USAG-HI, DOL, CENTRAL RECEIVING, BLDG 6037 EAST RANGE, SCHOFIELD BARRACKS, HI 96857-5006, Vicki Miyasato, Phone: (808) 656-2392. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. FAR 52.212-2 Evaluation ? Commercial Items ? As a minimum , the proposal shall contain (1) Descriptive Literature to determine product acceptability; (2) Listing of past performance (contract references, include name/address/phone); (3) Ability to meet delivery schedule; (4) Ability to provide on-site training; (5) Price/Cost for CLINs 0001 and 0002. Offerors who fail to follow the format and requirements listed in 1 through 5 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products wil l be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance, ability to provide on-site training and ability to meet the delivery schedule. The government may award a contract based on initial offers received, without discussion of such offers; therefore, initial offer should contain the offeror?s best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications ? Commercial Items and 52.212-7000 Offeror Representations and Certifications ? Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items is applicable. FAR 5 2.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity? 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal O pportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203 -3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.20 4-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act ? Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLINs 0001 and 0002, 30 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a de livery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE Item 0001 and 0002 within 60 day s after date of award. The Defense Priorities and Allocations System (DPAS) does not apply. Descriptive literature and past performance shall be mailed or faxed to the Army Contracting Agency, RCO-HI, ATTN: SFCA-PRH-C, Building 520 (Basement), Fort Shaf ter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 04/28/2003, 2:00 P.M. Hawaii Standard Time. For information regarding this solicitation, contact Robert Batangan (808) 438-6535, extension 199. All responsible sources may submi t an offer. No telephonic requests for the solicitation package will be accepted.
- Place of Performance
- Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
- Zip Code: 96858-5025
- Country: US
- Zip Code: 96858-5025
- Record
- SN00306200-W 20030419/030417213638 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |