SOLICITATION NOTICE
39 -- FORKLIFT
- Notice Date
- 9/17/2005
- Notice Type
- Solicitation Notice
- NAICS
- 423840
— Industrial Supplies Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- Reference-Number-NAAJL190500013CMM
- Response Due
- 9/22/2005
- Archive Date
- 10/7/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Logistic Support Center (NLSC), Kansas City, MO to provide a Forklift per the specifications listed herein. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. This notice is hereby issued as RFQ No. NAAJL190500013CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-8 Time of Delivery (Jan. 1997) Alt I.(APR 1984), 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2005) (Sections 5, 14, 16, 17, 18, 19, 20, 23, 26 and 31), 52.233-4 Applicable Law for Breach of Contract Claim (Oct. 2004), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). The FAR provisions incorporated into this acquisition shall be 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005), 52.214-34 Submission of Offers in the English Language (Apr. 1991), 52.214-35 Submission of Offers in U.S. Currency (Apr. 1991). FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) (The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations. The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information and documentation that demonstrates the ability to meet or exceed the Government?s minimum requirement for the specified equipment. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is the same or equal to that described herein. Price. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements.), 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at, National Logistic Support Center (NLSC), 1510 E. Bannister Road, Building #1, Kansas City, MO 64131. Full text of these CAR clauses is available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Thursday, September 22, 2005. Quotes may be faxed to 816-426-5067 or 816-426-7530 Attn: Carey Marlow. In addition to price, quotes must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) certification of registration in the Central Contractor Registration database; 3) a proposed delivery schedule, 4) references for conducting past performance reviews, and 5) Technical proposal. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: The contractor shall provide a Forklift to the following minimum specifications: REQUIREMENTS: 1. Engine ? GX 433L V6 Gas/LPG model. 2. Drive ? 2-speed transmission ? power shift, maximum travel speed empty should be between 14-16 mph. 3. Pneumatic Tires ? foam filled 4. Capacity pounds 7000-9000 5. Standard sears seat 6. Length to face of forks ? 113-118 inches. 7. Overall width ? 55+ inches 8. Height to overhead guard ? approx 90 inches 9. High visibility mast ? mast maximum fork height ? simplex approx 170 inches 10. Side shifter 11. Power steering 12. Working headlights and flashing lights 13. Removable fork extinctions ? 18-24 inches 14. Enclosed cabin. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Forklift (to specifications stated herein.) 1 ea $______________ $_________________ FOB Destination GRAND TOTAL: $_________________ The above price includes the forklift, parts and warranty if applicable. DELIVERY SCHEDULE: Proposed Delivery Date ______________________________________ Delivery shall be FOB Destination. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
- Place of Performance
- Address: NATIONAL LOGISTIC SUPPORT CENTER, 1510 E BANNISTER ROAD, BLDG 1, KANSAS CITY, MO 64131
- Zip Code: 64131
- Country: USA
- Zip Code: 64131
- Record
- SN00897862-W 20050919/050917211531 (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 |