SOLICITATION NOTICE
W -- Forklift lease
- Notice Date
- 5/13/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913
- Solicitation Number
- W911RZ-09-T-0209
- Response Due
- 5/22/2009
- Archive Date
- 7/21/2009
- Point of Contact
- LaDonna Collins, 7195263838
- 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; quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-09-T-0209. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. Fort Carson intends to award a Firm-Fixed-Price Contract for a one-year lease of six forklifts. The North American Industrial Classification System (NAICS) code for this procurement is 532412 with a small business size standard of $7.0 million. This requirement is set aside 100% for Small Businesses. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 One year forklift lease. Delivery must be made within three calender days of award. Six (6) 10K pneumatic tire forklift trucks with the following specifications: 10,000 LBS basic capacity at 24 load center. 4.6 liter, 281 CID diesel engine, 6 cylinder, 84 HP at 2200 RPM, 202 ft-lb of torque at 1600 RPM. Two-stage mast, maximum lift height: 159 (13-3),Lowered mast height: 110 (9-2), Free lift: 4.3, 6-degree forward and rear tilt. 64wide ITA Class IV sideshifting carriage with 2x6x72long forks and 48 high load backrest. SAS System of Active Stability, Automatic fork leveling, Travel Speed: 13.7 MPH fully loaded. Lift Speed: 95 FPM fully loaded, 300-15-18 solid pneumatic dual drive tires. 7.00-12-12 solid pneumatic dual steer tires, front and rear combination lights, suspension seat, strobe light and back up alarm. **If the contractor proposes forklifts other than the specific brand and model requested, the contractor shall provide detailed specifications of the forklifts offered with the quote. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 Brand Name or Equal, 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country) Clauses: 52.203-3 Gratuities, 52.204-7 (Central Contractor Registration), 52.208-4 (Vehicle Lease Payments), 52.208-5 (Condition of Leased Vehicles), 52.208-6 (Marking of Leased Vehicles), 52.208-7 (Tagging of Leased Vehicles), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-8 (Utilization of Small Business Concerns), 52.219-14 (Limitations on Subcontracting), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child LaborCooperation 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 Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), 52.222-50 (Combat Trafficking in Persons), 52.225-13 Restrictions on Certain Foreign Purchases, 52.228-8 (Liability and Insurance Leased Motor Vehicles), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.252-2 (Clauses Incorporated by Reference), 252.201-7000 (Contracting Officer's Representative), 252.204-7004 Alternate A (Central Contractor Registration), 252.209-7004 (Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country), 252.211-7003 Alt I (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose low price technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. The item offered must meet the minimum specifications listed in the CLIN description. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to LaDonna Collins, Contract Specialist, and e-mailed to ladonna.collins@us.army.mil. All questions or inquires must be submitted in writing no later than 12:00 p.m. Mountain Time on 18 May 2009. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 12:00 p.m. Mountain Time on 22 May 2009. Quotes may be faxed to (719) 526-4490 attn: LaDonna Collins, or e-mailed to ladonna.collins@us.army.mil. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. If the contractor is quoting forklifts other than the brand name and model requested, the contractor shall provide the manufacturers name, model number and detailed specifications of the forklifts in their quote. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0209/listing.html)
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Country: US
- Zip Code: 80913-5198
- Record
- SN01815830-F 20090515/090513233032 (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 |