SOLICITATION NOTICE
39 -- Fork Lifts
- Notice Date
- 5/25/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, NETC Acquisition Section, 16825 South Seton Avenue, Emmitsburg, MD, 21727
- ZIP Code
- 21727
- Solicitation Number
- HSFEEM-05-Q-1000
- Response Due
- 6/3/2005
- Archive Date
- 6/18/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Part 12.6 Commercial Items 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. HSFEEM-05-Q-1000 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This procurement is a small business set-aside. The NAICS Code applicable to this RFQ is 333924; small business size standard is 750 employees. The Federal Emergency Management Agency proposes to purchase two (2) Forklifts meeting the following specifications. SPECIFICATIONS: 6000 lb lift capacity, Triple stage 183? mast, 42?forks, Backup alarm, 41? side shifter, LPG conversion, Switched head lamps and work lights, Tail lamps, Backup light, 38# fuel tank, and Pneumatic all terrain tires. DELIVERY: Delivery of the items described above must be made no later than June 10, 2005 to FEMA Logistics Center, 99-1269 Iwaena Street, Aiea, Hawaii 96701. Delivery date is critical for this requirement. DESCRIPTIVE LITERATURE: Offerors must provide descriptive literature adequate enough for the Government to determine if the proposed product meets the Government?s minimum requirements, as identified above. Failure of an offeror to submit descriptive literature will result in its quote being rejected from further consideration. Further, descriptive literature which fails to show that the proposed product(s) complies with the mandatory requirements stated above will result in the rejection of that product(s). PROPOSAL PREPARATION INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors shall provide a firm fixed-price for each line item. All line items specified consist of a Quantity of Two (2). Item No. 001: Fork Lift. Offerors are to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response if they have not registered in the Central Contractor Registration (CCR) database and completed the On-line Representations and Certifications Application (ORCA). The following FAR clauses also apply: 52.212-4, Contract Terms and Conditions-Commercial Items; Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses cited in 52.212-5 being applicable to this acquisition; 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor -Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.225-3, 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, Buy American Act ? Supplies, 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Successful contractor must meet all the responsibility requirements of Subpart 9.104-1 of the Federal Acquisition Regulation (FAR). The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far. BASIS FOR AWARD: The Government will make an award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order for an offeror?s products to be considered technically acceptable, the mandatory requirements identified above must be met by the proposed products. A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. The Government intends to pay for the items described herein with a Government Purchase (VISA) card. The due date for submission of quotes is June 3, 2005 at 4:30 p.m., local time, to FEMA, National Emergency Training Center, Bldg. E, 16825 South Seton Avenue, Emmitsburg, MD 21727; Attn: Pat Hobbs. All requests for information are to be addressed to Pat Hobbs at (301) 447-1020. Technical and/or administrative questions must be received no later than three business days after publication of this notice and may be faxed to (301) 447-1092 or sent via electronic mail to pat.hobbs@dhs.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFQ will be published in the same manner as the initial synopsis/solicitation.
- Place of Performance
- Address: FEMA Logistics Center, 99-1269 Iwaena Street, Aiea, Hawaii
- Zip Code: 96701
- Country: U.S.
- Zip Code: 96701
- Record
- SN00815049-W 20050527/050525211604 (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 |