Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

39 -- Requirement for three Pallet Trucks

Notice Date
8/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-07-T-P005
 
Response Due
8/31/2007
 
Archive Date
10/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91WAW-07-T-P005 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This procurement will be a 100% small business set aside NAICS: 423830, size standard 100 employees. Responses should be quoted in accordance with the following: REQUIREMENT: Three Each Pallet Trucks, brand name or equivalent to New Toyota Model 7HBE30, Heavy Duty Electric Low Lift Walkie/End Control Rider pallet truck, 6000-lbs basic capacity, STANDARD EQUIPMENT Programmable Performance - adjustable maximum speed, adjustable acceleration, adjustable creep speed; 24-volt electrical system; Separately Excited (SepEx") Drive Motor with thermal protection and current limiting; SepEx" Transistor Control System with MOS FET;Regenerative Braking; 6 inch lift; Lift limit switch; On/off key switch; Overload protection valve; Battery compartment - 31.5 inch L x 13.44 inch W; Dual 1.25 inch diameter lift cylinders; One piece polymer service access cover; Four point lift linkag e; Box rail fork construction; Tapered fork tips with pallet entry slides; Lubrication package for pivot points (grease fittings); Polyurethane load wheels with steel hubs; Rubber drive tire (fiberglass reinforced); SB-175 gray battery connector to match e xisting chargers; Polyurethane torsion block casters - 3inch dia x 3.5 inch; Direction reverse switch; High speed interlock button; Full width stability handrail with push buttons for lift, lower, horn and high speed funcitons; Multi-function control handl e with wrap around hand guard; lift/lower and horn buttons; dual thumb wheels with twist grips; braking and steering functions; Soft cushioned rider platform. EQUIPMENT OPTIONS INCLUDED: Battery discharge Indicator and hour meter combo; Storage tray, battery compartment mounted; Safety strobe light. ONE PER UNIT, heavy duty industrial battery model 12-85F-13, 24-volts; 550 amp hour capacity to fully run unit for eight (8) + hour shift before recharging. NO CHARGER included Complete with standard accessories as per literature. Delivery will be to: Mr. Lloyd Diggs, (703) 693-4278, Directorate of Logistics-Washington, 116 Army Pentagon, Washington, DC 20310-0116; Date and place of delivery: 60 days from date of award FOB destination; The following provisions are applicable to thi s acquisition: FAR 52.212-1 Instructions to Offerors  Commercial Items; FAR 52.212-3 Offeror Representations and Certifications  Commercial Items (note: as of 1 January 2005, offerors are required to enter their representations and certifications on lin e at http://orca.bpn.gov); FAR 52.212-2 Evaluation  Commercial Items, with the following evaluation criteria: Award will be made to the offeror who can make timely delivery of the required items at the lowest price. The following clauses are applicable to this acquisition: FAR 52.212-4 Contract Terms and Conditions  Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.232-7003, Electronic Submission of Payment Requests. The full text of the FAR/DFARS references may be accessed electronically at this address: http:// farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 30 Aug 2007 no later than 3:00 PM Eastern Time at the Contracting Center of Excellence, 5200 Army Pentagon, Washington, DC 20310-5200. Responses should be marked with the solicitation number and addressed to Phuong Newhart, Contract Specialist. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or register on line at http://www.CCR.gov for questions concerning this solicitation contact Phuong Newhart, Contract Specialist, at (703) 695-2952, or email phuong.newhart@hqda. army.mil.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01381355-W 20070824/070822221837 (fbodaily.com)
 
Source
FedBizOpps 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.