SOLICITATION NOTICE
39 -- Forklifts and accessories
- Notice Date
- 9/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- W912CZ09T0907
- Response Due
- 9/14/2009
- Archive Date
- 11/13/2009
- Point of Contact
- Tammie Adair, 907-384-7104
- E-Mail Address
-
ACA, Fort Richardson
(tammie.adair@us.army.mil)
- 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. (ii) This synopsis solicitation number is W912CZ09T0907. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular. (iv) The applicable NAICS is 333924. (v) This synopsis solicitation contains (3) line items. Quotes are being sought from Small Business Set-Aside. (vii) Delivery location: All items complete with Operators manual and Parts manual-printed or CD, delivered FOB destination, Preparation/Assembly, Fully Serviced and Operable to Building 804, Door 16, Fort Richardson, Alaska 99505-6500. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before January 5, 2010. CLIN0001: Qty 5, each -Forklift, 4000lb Hyster Model E40ZS or equal. Complete Package to include Battery, Battery Charger, Preparation/Assembly, Fully Serviced and Operable. BATTERY-Forklift 36 V Battery Hyster or equal, Battery type: Lead acid, Battery volts/ampere hours 36/880, Battery minimum/maximum 1850 lbs/2496 lbs, Standard-34.57, Compartment size, LxWxH 34.49 x 27.24x23.62 inches, Maximum battery size, LxWxH 34.49x27.24x23.62 inches, Voltage, Standard 36 volt, Plates, standard 17, Capacity, 6-hr rate/max., 36V 30.6kWh/880, Capacity, Weight minimum E25Z/E40ZS, 1750 lb/1850 lb, Weight, maximum 2496 lb. BATTERY CHARGER-, Hyster or equal, 36 V Single Phase, with automatic Start/Stop/Equalize Features. Reference: PR-S001, S002, A001, L009. Standard Equipment w/ Optional Equipment, Hyster or equal: 2-stage full free lift mast. Height of lift 127 inches. Max Height with forks off ground 176 inches. E40ZA (36 V), Load center: 24 inches, Power type: Electric, Operator type, Sit, Tire type, front/rear Cushion/Cushion, Wheels, front/rear 2X/2 (X=driven), Limited free-lift 5.0 in, Tilt angle, forward/backward 6/5 Deg., Length to face of forks 77.2 inches, Wide, standard tires, 39 inches, Height, standard mast lowered 82 inches, Height std. mast extended with/without LBE 176.0 in/150.0inches, Turning radius, min outside 66.6 inches, Center of wheel to face of forks 14.2 inches, Aisle width (Add load length for 90 stack) 80.8 inches, Right angle stacking aisle (with 48 forks) 110.8 inches. Stability Complies with ANSI, Travel Speed max, Extended Shift disabled NL/RL 11.1 mph/11.1 mph; Travel speed Extended Shift enabled NL/RL, 8.5 mph/7.6mph, 2-Stage FFL mast NL/RL 73.0 ft/91.ft/min. Gradeability, 5 min rating NL/RL 18% / 11%, Gradeability, 30 min rating NL/RL 10/6%, Weight, total approx without battery 5742 lb, Axle Loading, static, front/rear-RL 10,495lb/1972 lb, Traction motor, 60-minute rating 10.5 hp, Pump motor, 15-minute rated Standard 18.7 hp, Traction motor control method, Transistor, Pump motor control method Standard Contactor, Number of speeds: Infinitely variable, Relief pressure for attachments 2250 psi, SPECS MEET PART II ANSI B56.1-1969 as required by OSHA Section 1910.178(1)(2) and comply with PART III ANSI B56.1-revision. OPTIONAL EQUIPMENT: Hyster or equal, AC Transistor hydraulics w/ brushless AC motor, Battery compartment rollers, Lever directional control-hand actuated, Semi-suspension and full-suspension VINYL seats, Electric parking brake-seat actuated, TILT OPTIONS 5forward/5back, FORK LENGTH 48, Light: Amber Strobe (continuous activation, Alarm: back-up (87 dba), 2 Stage Full Free Lift mast, UL Classification ES, Reference# L009, S001, A001. All items complete with Operators manual and Parts manual-printed or CD, delivered FOB destination, Preparation/Assembly, Fully Serviced and Operable to Building 804, Door 16, Fort Richardson, Alaska 99505-6500. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before January 5, 2010. CLIN0002 Qty 2, each - Forklift, 2500lb Hyster Model E25Z or equal. Complete Package to include Battery, Battery Charger, Preparation/Assembly, Fully Serviced and Operable. BATTERY-Forklift 36 V Battery Hyster or equal, Battery type: Lead acid, Battery volts/ampere hours 36/880, Battery minimum/maximum 1850 lbs/2496 lbs, Standard-34.57, Compartment size, LxWxH 34.49 x 27.24x23.62 inches, Maximum battery size, LxWxH 34.49x27.24x23.62 inches, Voltage, Standard 36 volt, Plates, standard 17, Capacity, 6-hr rate/max., 36V 30.6kWh/880, Capacity, Weight minimum E25Z/E40ZS, 1750 lb/1850 lb, Weight, maximum 2496 lb. BATTERY CHARGER, Hyster or equal, 36 V Single Phase, with automatic Start/Stop/Equalize Features. Reference: PR-S001, S002, A001, L009. Standard Equipment with Optional Equipment, Hyster or equal: E25Z (36 V), 24 inch load center, Electric, Operator type: Sit, Tire type, front/rear Cushion/Cushion, Wheels, front/rear 2x/2, 2-stage full free lift mast. Height of lift 127 inches. Max Height with forks off ground 176 inches. Forks, width/thickness 4.0in. Tilt angle, forward/backward, Deg. 6/5, Length to face of forks 75.1 in Width, standard tires, 37.2 inches, Height, standard mast lowered 82.0 inch. Turning radius, min outside, 64.6 inches, center of wheel to face of forks, 14.2 inches, Aisle width 78.9 in., Stability (Comply with ANSIU. Travel speed, max, Extd Shift disabled NL/RL 11.1 mph, Total Weight without battery 4,784 lb, Axle loading, static, front/rear RL, 7918 lb, Size of tires, drive (front) 18x5x12.1, Size of tires, steer (rear) 14x4.5x8, Wheelbase 48 inches, Tread, center of tires front/rear 32.2in/32.7 in, Ground clearance, lowest point NL, 3.5 in. Ground clearance, center wheelbase-NL 4.3 in, Brakes, method of control service/parking, Hydraulic/Mechanical, Brakes, method of operation, service/parking Foot/Foot, Electric:Traction motor, 60 minute rating 10.5 hp, Pump motor, 15-minute rated Standard 18.7 hp, Pump motor control method Standard: Contactor, Number of speeds, Infinitely variable, relief pressure for attachments 2250 psi. SPECS MEET PART II ANSI B56.1-1969 as required by OSHA Section 1910.178(1)(2) and comply with PART III ANSI B56.1-revision. OPTIONAL EQUIPMENT: Hyster or equal, AC Transistor hydraulics w/ brushless AC motor, Battery compartment rollers, Lever directional control-hand actuated, Semi-suspension and full-suspension VINYL seats, Electric parking brake-seat actuated, TILT OPTIONS 5forward/5back, FORK LENGTH 48, Light: Amber Strobe (continuous activation, Alarm: back-up (87 dba), 2 Stage Full Free Lift mast, UL Classification ES, Reference: S00002. All items complete with Operators manual and Parts manual-printed or CD, delivered FOB destination, fully serviced, set up, Preparation/Assembly, Fully Serviced and Operable to Building 804, Door 16, Fort Richardson, Alaska 99505-6500. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before January 5, 2010. CLIN0003 Qty 2, each Forklift Batteries, for 2000lb Hyster, Model E25XL, 680 AH I8T6013EE, 36 volt, Battery w/ bifold cover dimensions: 32x26.75x23.5 Deka D Series. For a 2000lb Hyster, electric forklift model E25XL. Reference: N001. All items complete with Operators manual and Parts manual-printed or CD, delivered FOB destination, fully serviced, set up, Preparation/Assembly, Fully Serviced and Operable to Building 804, Door 16, Fort Richardson, Alaska 99505-6500. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before January 5, 2010. *Notice to Vendor*-Please include your current CCR information to include your Cage Code, Duns, any Specs/Pictures along with Warranty information and expected delivery date with your quote. Multiple offers will be considered from each Vendor. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technically acceptable, warranty, delivery time, and price. *Notice to Vendor*-Please include your current CCR information to include your Cage Code, Duns, any Specs/Pictures along with Warranty information and expected delivery date with your quote. Multiple offers will be considered from each Vendor. All items CLIN0001 through CLIN0003 complete with Operators manual and Parts manual-printed or CD, delivered FOB destination, Preparation/Assembly, Fully Serviced and Operable to Building 804, Door 16, Fort Richardson, Alaska 99505-6500. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before January 5, 2010. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Addendum to 52.212.-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders---Commercial Items. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ; DFARS 252.225-7012, Preference for Certain Domestic commodities (Dec 2008), DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998), DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009), DFARS 252.211-7003, Item Identification and Valuation (Aug 2008), DFARS 252.246-7003, Notification of Potential Safety Issues (Jan 2007), FAR 52.214-21 Descriptive Literature; FAR 52.204-7 (ALT 1) Central Contractor Registration; DFARS 252.204-7004 -- Required Central Contractor Registration (Alt 1); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.219-6, Notice of Total Small Business Set Aside (June 2003), FAR 52.219-8, Utilization of Small Business Concerns (May 2004), FAR 52.219-14, Limitations on Subcontracting (Dec 1996), FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009), FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature; FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms; DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; FAR 252.211-7003 Item Identification and Valuation; FAR 252.225-7001 -- Buy American Act and Balance of Payments Program; FAR 252.225-7002 Qualifying Country Sources As Subcontractors; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity ; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-3, Convict Labor (June 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-54, Employment Eligibility Verification (Jan 2009), FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products, FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 2pm, Alaska Time, 14 September 2009 via email tammie.adair@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. Faxed copies of quotes will not be considered. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Tammie Adair via e-mail: tammie.adair@us.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7104, the e-mail and attachment will be discarded without being read.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/W912CZ09T0907/listing.html)
- Place of Performance
- Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd Floor Fort Richardson AK
- Zip Code: 99505-0525
- Zip Code: 99505-0525
- Record
- SN01950415-W 20090913/090912000326-212409e2f934e674ba95e81299fb77b2 (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 |