Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2003 FBO #0563
SOLICITATION NOTICE

23 -- TELESCOPING BOOM FORKLIFT

Notice Date
6/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
6000000063
 
Response Due
8/22/2003
 
Archive Date
6/13/2004
 
Point of Contact
Rhoney Triplett Jr., Contract Specialist, Phone (256) 544-4096, Fax (256) 544-9354, Email rhoney.triplett@msfc.nasa.gov - Glen A. Alexander, Contract Specialist, Phone (256) 544-3797, Fax (256) 544-9354, Email glen.alexander@msfc.nasa.gov
 
E-Mail Address
Email your questions to Rhoney Triplett Jr.
(rhoney.triplett@msfc.nasa.gov)
 
Description
This notice 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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request For Quotations (RFQ). Description of Item: Telescoping Boom Forklift Specifications: Quanity: 1 Capacity: 12,000 puonds Engine: Diesel Full enclosed Cab with cushion seat and armrest Heater & Defrost Fork: 72? Forks Tips: Beveled and self leveling Carriage: 78 Four Wheel Drive Brakes: Wet Disc Brakes with SAHR Parking Brakes Steering: 4 wheels, 2 wheels, crab Controls: Single joystick control Alarms: Reverse warning alarm Clutch: Four-speed power Shift transmission with Declutch Tires: Goodyear rib G-1 tires or equivalent Pneumatic Tires Hydraulic fork positioners Light package Certified for personnel lifting Certification: Shall meet the requirements of ANSI B 56.1 Such as Gel Model DL-12 The provisions and clauses in the RFQ are those in effect through FAC 01-14. The NAICS Code and the small business size standard for this procurement are 333924 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to MSFC is required within 42 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by July 3, 2003 to Rhoney Triplett/PS33, 4202, Room 217, Marshall Space Flight Center, AL 35812, FAX number (256) 544-3223, Phone number (256) 544-4649 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: MSFC 52213-9. Reserve paragraphs(s) (d), (e), (f), (h), and (i) in 52.212-1. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. The Representation and Certifications required by FAR 52.212-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.232-90, NFS 1852.223-72;52.211-15, AND 52.247-34. FAR 52.212-5 (Apr 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.222-26, 52.222-35, 52.2222-36, 52.222-37, 52.225-3 (aLT i) AND 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Pamela Allison not later than June 27, 2003. Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#106167)
 
Record
SN00347662-W 20030615/030613214212 (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 |
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.