SOLICITATION NOTICE
99 -- EMPTY CONTAINER HANDLER
- Notice Date
- 5/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W90GA911150251
- Response Due
- 6/13/2011
- Archive Date
- 8/12/2011
- Point of Contact
- Phil Charles, 618-220-5780
- E-Mail Address
-
Surface Deployment and Distribution Command (SDDC)
(phil.charles@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. This requirement is set aside for 100% Small Business (SB) concerns. The applicable NAICS code is 333924; the Small Business Size Standard is 750 employees. The Government intends to issue a firm-fixed price award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price. Questions concerning this solicitation should be directed to Phil K. Charles, Contract Specialist via email to phil.charles@us.army.mil OFFER DUE DATE/LOCAL TIME: 13 June 2011, 3:00 PM CST LINE ITEMS/DESCRIPTION/QUANTITY 0001: Empty Container Handlers, QTY: 2 each (Containers Handlers are to move empty containers) Technical Description Empty Container Handler Basic Capacity 15,000 lbs. at 94.5" Load Center, 148.0" Wheelbase Diesel Engine; Turbocharged, charged Air Cooled (Air to Air) Lockable Fuel Cap w/Strainer Air Intake System - Air Filtration Pre-cleaner Muffler w/Stack Guard 12 Volt Electrical System w/130 Amp Alternator and Circuit Breakers Anti-Restart Ignition Switch Tilt Steering Heavy-Duty Battery w/ Battery disconnect switch Lighted Instruments Air Horn Key switch-Actuated Amber Strobe Light Reverse-Actuated Back-up Alarm Forward Alarm Work Lights (4) Front Mounted, (2) Rear Mounted Rear View Mirrors Power shift Transmission - 3-Speed w/Inching, Modulated, Electric Shift Control Steer Axle Heavy-duty Extended Planetary Drive Axle Straight Air Service Brakes w/Parking Brake Hydrostatic Power Steering Hydraulic Pilot Operated Controls In cab amber, green and red signal light system for twist lock operation Full Flow Wire Mesh Suction Strainers and Full Flow 10-Micron Return Filter in Tank Transmissions Controls- Automatic Power Shift Control Tires and Rim Options - 12.00 x 20-18 PR E3 Tires (American Made) 42ft Telescopic - Ultra-VU Mast Side Post Empty Container handling Attachment w/Mechanical Pile Slope Fire Extinguisher - 10 lb Dry Chemical Overhead Guard & Cab options- Air conditioner, heater w/front and rear defroster package Overhead Guard & Cab options-Cloth covered Air Suspension Seat w/Arm Rests Complete set of maintenance manuals, parts catalogs, wiring diagrams, hydraulic schematics Complete safety package including safety manuals, safety videos Standard Paint WARRANTY: Standard Limited Warranty Freight to Southport, NC ; Set up in Military Ocean Terminal-Sunny Point DELIVERY INFORMATION Delivery City/ZIP: Southport, NC 28461-7800 (Full Address to be provided upon award) Required Delivery Date: NLT 120 Days After Date of Contract. *** Please indicate the proposed delivery date on your offer. APPLICABLE CLAUSES The following provisions and clauses apply to this acquisition (the full text of FAR and DFAR references may b accessed electronically at http://farsite.hill.af.mil/) 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items. 52.247-34 FOB Destination 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A- Central Contractor Registration (52.204-7) Alternate A 252.232-7010 Levies on Contract Payments (Dec 2006) 52.212-2 Evaluation Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) The ability for the offeror to meet the salient characteristics and/or brand name or equal items provided within each item requested. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. 52.212-3 Offerors Representations and Certifications Commercial Items. The provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS APPLIES TO THIS ACQUISITION. THE FOLLOWING ADDITIONAL FAR CLAUSES CITED IN THIS CLAUSE ARE APPLICABLE: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.225-13 Restrictions on Certain Foreign Purchase; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) THE FOLLOWING ADDITIONAL DFAR CLAUSES CITED IN THE CLAUSE ARE APPLICABLE: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy America and Balance of Payment Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea Alternate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/40ee816467107efefeeb4b2c543d9153)
- Place of Performance
- Address: Surface Deployment and Distribution Command (SDDC) ATTN: SDAQ, 200 Stovall Street Alexandra VA
- Zip Code: 22332-5000
- Zip Code: 22332-5000
- Record
- SN02447766-W 20110515/110513234742-40ee816467107efefeeb4b2c543d9153 (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 |