SOLICITATION NOTICE
39 -- Telehandler Equipment
- Notice Date
- 9/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Army Reserve Contracting Center HQ, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W91LV2-09-T-0275
- Response Due
- 9/25/2009
- Archive Date
- 11/24/2009
- Point of Contact
- diana harris, 6095624061
- E-Mail Address
-
Army Reserve Contracting Center HQ
(diana.v.harris@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. This solicitation is issued as Request for Quotation (RFQ) No. W91LV2-09-T-0275. The North American Industry Classification System Code (NAICS) for this acquisition is 333924 with a size standard of 750. The proposed contract is issued unrestricted. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; 52.252-1 http://farsite.hill.af.mil or http://www.arnet.gov/far. 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. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. BASIS OF AWARD: Award shall be made to a single offeror. Quotes must include prices for each item listed in order that quotes may be properly evaluated. Failure to do this shall be cause for rejection of the entire quote. The following factors shall be evaluated: (1) Technical capabilities, (2) Delivery (3) Past Performance and (3) Price. Technical capabilities, delivery and past performance when combined is approximately equal to price. FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). Offerors are required to indicate whether they will accept the government credit card as a method of payment. FAR CLAUSES: The clause at 52.212- 4 applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h) and (n); 52.203-3, 52.204-7, 52.212-2, 52.252-2, 52.211-6, ALT A, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses; 52,203-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-36, 52.247-32 apply to this acquisition. DFARS CLAUSES: The clause at 252.204-7004 applies to this acquisition along with the following, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the following sub-clauses; 252.209-7004, 252.211-7003, 252.225-7001, 252.225-7012, 252.232-7003, 252.246-7000, 252.247-7023. 52.233-4703 AMC-LEVEL PROTEST PROGRAM05/01/2004 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number: (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SEC3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC level protest procedures are found at: http://www.amc.army/mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. CLIN 0001 Contractor shall provide one (1) each Telehandler, Skytrak, S. or E. to JLG Model MMV. Specifications: 110 HP turbo diesel engine, 4-wheel drive, 710 overall height, 4-wheel crab, 2-wheel round, and 2-wheel front steer, adjustable deluxe suspension seat with seat belt, cab enclosure with heater, A/C, backup alarm, cold start kit, automatic fork leveling system, fitted with a certified Falling Object Protection Structure (FOP)and Roll Roll Over Protection Structures (ROP)Deliver to AMSA 91, Bldg 9022 Gunston Rd., Fort Belvoir, VA 22060. To include one (1) full year on the entire machine, two (2) full years on the drivetrain and cover all specified major structural components for five (5) years. CLIN 0002 Freight for delivery to AMSA 91, Bldg 9022 Gunston Rd., Fort Belvoir, VA 22060. Contractors quoting on an equal should submit descriptive literature along with quotes, and include the estimated delivery date in their quotes. Contractors should submit three (3) references for past performance (please include email addresses). Quotes must be received by 2:00 P.M. Eastern Time (ET) on 25 September 2009. Quotes can be mailed to HQ Army Reserve Contracting Center, 5418 South Scott Plaza, Fort Dix New Jersey 08640-5097, faxed to (609) 562-2920 or e-mailed to barb.smith1@us.army.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Barbara Smith via email or fax at the contact information previously provided. All questions or inquires must be submitted in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DAKF29/W91LV2-09-T-0275/listing.html)
- Place of Performance
- Address: Army Reserve Contracting Center HQ 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN01955049-W 20090917/090916000911-cf34ee50463718a4c5561d4b0b95bfb5 (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 |