Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

39 -- Yale Forklift Model NR035DA & GP155VX or equal.

Notice Date
9/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Shafter, 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
WX3JQH8249B082
 
Response Due
9/25/2008
 
Archive Date
11/24/2008
 
Point of Contact
Emmaline Padeken, 808-438-6535<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (ii) The Combined Synopsis/Solicitation is issued as a Request for Quotation (RFQ) WX3JQH8249B082 & WX3JQH8249B083. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. (iv) This requirement is 100% Small Business set-aside and will be pursued as such under full and open market procedures to expand the market base for potential sources under North American Industrial Classification System (NAICS) code 423830 (small business size standard of 100 employees if applicable). (v) The items required (or equal) are as follows: CLIN 0001 - Yale Forklift Model: NR035DA 3500 lbs capacity narrow aisle reach truck. Mast: 3 stage full free lift 242/107/68.carriage:single reach assembly w/integral sideshifter 24extend with 33.5 wide class II hook type carriage. Load backrest extension: 36 high for 33.5 wide carriage. Forks: 1.6x3.9x42 long. Battery compartment: 14.5 medium (39x14.5x31.5) note: maximum fork height mast 272, battery weight range: 1,600-2,100lbs. Outrigger Style-Blunt. Outriggers:34 ID Outrigger Bars. Drive tires: 12x5.5 rubber. Load wheels: 5x3.9 w/sealed bearings articulating tandem wheels-high load compound. Operator controls:sidestance. Wheel box type:weld-on box. Steering control option:automotive. Monitoring system: standard display includes: performance mode select, two line LCD text & fault code readout. Voltage: 36 volt includes AMP 350 Gray battery connector. UL type: type E includes: UL label. Construction:standard-operating temperatures: +32F to +120F. Lights:dual headlights 12 volt-mast mounted. Lights:Rear worklight 12 volt-overhead guard mounted. Amber LED Strobe-continuous operation with key-on. Audible alarm:back-up alarm-reverse operated. Literature package: decals, markings & operator manual required for units shipped to US destinations. 36 volt industrial battery, 625 AHC, 36 Volt industrial charger, 680 AHC, 3 phase. Shipping & handling to Schofield Barracks, HI to be included in price. CLIN 0002 Yale Veracitor pneumatic tire lift truck model GP155VX 15000 lbs. POWERTRAIN CONFIGURATION: VX value-FM 4.3L Techtronix 332. Electronic 3 speed forward 2 speed reverse-wet disc brakes LPG. Engine- GM 4.3L LPG AM 2008. System Monitoring. Engine start:Keyswitch start. Exhaust:overhead LPG or gas engines. Air intake: high air intake w/out pre-cleaner. Steering wheel: w/wheel spinner knob. Directional control:lever gas or LP. Trans-techtronix 332 w/GM engine. LPG tank bracket. UL type: LP. Inching: inch/brake: single pedal. Mast: 2 stage limited free lift 148/212) (3740/5400MM). Mast tilt: 5 forward/ 10 back. Carriage: 2 stage limited free lift 78in. hook type. Ext tubes: 1AUX 4FNC LH MNT 2STG LFL W/SS. Hose group- installed only2. Stage limited free lift- 2 auxiliary function-internal mounted. Load backrest extension-48high- width 78. Hook type forks- class IV-standard taper 2.5x6x48 long. Overhead guard-tall- (100 2531MM)LPG. Drive & steer tires pneumatic 8.25x15 14PR. Seat: non-suspension vinyl. Hydraulic controls Cowl mounted mechanical levers-for clamping attachments-4 function. Hydraulic valves:cowl mounted mechanical hydraulic controls.4 function 2 auxiliary valve for cowl mounted manual controls. Lights- brake/tail/backup/front work/rear work 2 stage limited free lift. Visible alarms: amber strobe light-keyswitch activated, OHG mounted. Audible alarms-alarm-reverse direction activated 82-102 dB(A)- self-adjusting. Accessories-mirrors- dual side view (left & right hand overhead guard mounted). Accessories- fire extinguisher- 2.5 lb dry chemical. Without lifting eyes LPG. Language (decals, markings, & operator manual) English. Shipping & Handling to Schofield Barracks, HI to be included in price. (vi) Description of requirements for items to be acquired. See paragraph (v). (vii) Delivery 30 Sep 08 or as soon as possible. Acceptance and FOB point is U.S. Army Garrison Hawaii, Directorate of Logistics, Attn: Rhine Mercado/Angela Racoosin, Bldg 6039, 1904 Higgins Road, East Range, Schofield Barracks, HI 96857-5006. (viii) The provision at FAR 52.212-1, Instruction to Offerors Commercial Items, applies to this acquisition, along with the following addenda. All offerors are instructed that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov. Confirmation of CCR registration will be validated prior to awarding a contract. (ix) The provision at FAR 52.212-2 -- Evaluation Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer, conforming to the solicitation, will be of the best value to the Government on the basis of price and technical acceptability. In order to be considered technically acceptable, vendors must demonstrate that all items proposed (if other than brand name) meet or exceed the salient characteristics listed above. (x) The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items or to be completed on the ORCA website. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.204-7Central Contractor Registration, 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total Small Busines Set-Aside (June 2003); 52.219-8 Utilization of Small Business Concerns (MAY 2004)(15 U.S.C 637(d)(2) and (3)), FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Representation (June 2007), 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)( E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)(E.O. 13201), 52.222-50 Combating Trafficking in Persons (AUG 2007)(Applies to all contracts), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.247-64 Preference for privately Owned U.S. Flag Commercial Vessels (Feb 2006). The following clauses in DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), apply to this acquisition; 52.203-3 Gratuities (APR 1984)(U.S.C. 2207), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582), 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008)(10 U.S.C. 2533a), DFARS 252.225-7036 Buy American ActFree Trade AgreementsBalance of Payments Program (Mar 2007), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)(10 U.S.C. 2227), 252.243-7002 Requests for Equitable Adjustment (MAR 1998); 252.243-7023 Transportation of Supplies by Sea (May 2002) Alt III (MAY 2002). Additional DFARS clauses that apply are: 252.211-7003 Item Identification and Valuation (JUN 2006), 252.232-7010 Levies on Contract payments (DEC 2006); 252.225-7035 Buy American ActFree Trade AgreementsBalance of Payments Program Certificate (OCT 2006); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006); 252.204-7004 ALT A Required Central Contractor Registration (SEP 2007). The full text of any FAR or DFARS clause may be accessed electronically at http://www.acqnet.gov/far/index.html. (xiii) Defense Priority and Allocations System (DPAS) rating: None (xiv) Delivery of the items identified in paragraph v (shall be made by 30 Sep 08 or as soon as possible for CLIN 0001 & CLIN 0002). Date, Time and Place Offers Are Due: (xv) Offers are due on Thursday, September 25, 2008 at 2:00 PM, Hawaiian Standard Time, via fax to the point of contact identified below. FAR 52.215-5 Facsimile Proposals (OCT 1997) applies. Point of Contact: (xvi) Name: Emmaline Padeken, Title: Contract Specialist, Regional Contracting Office Hawaii, Phone: 1(808)438-6535 ext 216. Fax: (808)438-6563.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de290b3b9914f776464d5a4977f3da5d&tab=core&_cview=1)
 
Place of Performance
Address: US ARMY GARRISON HI DIR OF LOGSTCS DOL BLDG 6039 1904 HIGGINGS RD. EAST RANGE SCHOFIELD BARRACKS HI<br />
Zip Code: 96857-5006<br />
 
Record
SN01676347-W 20080921/080919221242-de290b3b9914f776464d5a4977f3da5d (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.