Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

W -- Requirement to lease two (2) commercial designed containers handling machine (reach stacker) for a period of 12 months with a six month option.

Notice Date
3/6/2009
 
Notice Type
Presolicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-09-T-0139
 
Response Due
3/12/2009
 
Archive Date
5/11/2009
 
Point of Contact
Erin Colloton, 910-643-7351<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Scope: The Government has a requirement for leasing two commercial designed variable reach, reach stackers to lift, stack, and transport 20 to 40 International Standards Organization (ISO) containers- empty or loaded in support of container operations. The performance period for this lease is for 12 months and without contractor provided operators. All equipment must be in operational and available for government use no later than the 9APR2009. The government requires contractor to deliver two ready to operate commercial reach stackers no later than 1 April 2009. Location: The required equipment will be used at Fort Bragg, North Carolina. Delivery of the required equipment will be to the Fort Bragg Central Receiving Point located at building J-2050 off Cook Street. Maintenance/ Care: Contractor will be responsible for the cost of preventative maintenance, emergency repairs, to include normal wear and tear of equipment and tires. Upon delivery and return of equipment, a joint inspection (JI) will be conducted and annotations will be made of condition of equipment. All deficiencies found during the JI that presents a safety hazard to personnel and those that render the equipment non-operational are causes for rejection. The contractor shall respond to the contracting officer representatives repair request or other designated representative within three government business days. The contractor shall provide a replacement if repairs can not be made in a timely manner. Based on situation, availability of material or equipment and mission, the COR may grant additional repair time. Equipment Specifications Standards: A. Capacity: First row stacking minimum of four high. B. Structure: Standard for equipment model. C. Truck Dimensions: Standard for equipment model D. Engine: Standard for equipment model. E. Transmission: Standard for equipment model. F. Axles and Brakes Standard for equipment model. G. Tires: Standard for equipment model. H. Performance: Standard for equipment model I. Cabin and Instrument: * Fully enclosed stationary or forward moving operators cabin with Heater and/or Air conditioning. * Instrument panel including the following: - Engine coolant thermometer - Brake oil pressure gauge - Hydraulic oil temperature gauge - Transmission oil pressure gauge - Interior lighting - Hourmeter - Fuel gauge - Transmission oil temperature gauge - Engine oil pressure gauge * Reverse (backup) warning device. J. Boom and Container Attachments: * Telescopic boom with standards ISO twistlocks * 20-40 attachments with mechanical twist-lock indicators with side shift indicators. K. Safety Features: * Safety device for prevention of abrupt lowering or tilting of the load in the event of damage to hydraulic circuits damage to hydraulic circuits * Safety interlock to prevent all twistlocks from locking if all twistlocks are not correctly locked * Safety interlock to prevent lifting function if all the twistlocks are not correctly locked * Safety interlock to prevent container unlocking if all the twistlocks are not correctly seated. * Signal device that notifies operator of a container is properly secured prior to lifting. * Headlights, signal lights, Tail lights and outside working lights. * Windshield wipers. Issuance of solicitation will be made on or around 26MAR2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e34bbe80945f16a2d4a8809f02bf1fc&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01763676-W 20090308/090306221117-7e34bbe80945f16a2d4a8809f02bf1fc (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.