SOLICITATION NOTICE
99 -- Empty Container Handlers
- Notice Date
- 8/9/2011
- 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
- W90GA91150252
- Response Due
- 8/18/2011
- Archive Date
- 10/17/2011
- 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 solicitation number is W90GA91150252 and is issued as a request for Quotes (RFQ) for a Brand Name requirement. The magnitude of this requirement is between $250,000 and $500,000 to include delivery. Government intends to issue a firm-fixed price award resulting from this solicitation to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA) conforming to the solicitation. Questions concerning this solicitation should be directed to Phil K. Charles, Contract Specialist via email @ phil.charles@us.army.mil or phil.charles@conus.army.mil with a cutoff date of 15 August 2011 NLT 3:00 PM CST. OFFER DUE DATE/LOCAL TIME: 18 August 2011, 3:00 PM CST: (All offers/Quotes will be submitted via email to Phil Charles @ phil.charles@us.army.mil or phil.charles@conus.army.mil LINE ITEMS/DESCRIPTION/QUANTITY 0001: Empty Container Handlers, QTY: 2 each (Containers Handlers are to move empty containers) Technical Description Empty Container Handler Taylor Machine Works Inc; Model: TEC-150H Specifications Capacity 15,000 lbs. at 94.0" Load Center, 148.0" Wheelbase Cummins QSB6.7-C160 Tier III Electronic Turbocharged, Charged Air Cooled (Air to Air) Lockable Fuel Cap w/Strainer Dry-type Air Cleaner w/Safety Element & Restriction Indicator Muffler w/Stack Guard 12-Volt Electrical System w/130 Amp Alternator, & Circuit Breakers Heavy-duty Battery with battery disconnect switch Lighted Instruments Air Horn Anti-restart Ignition Switch Tilt Steering Key switch-actuated Amber Strobe Light Reverse-actuated Backup Alarm Forward Alarm 6 Work Lights, 4 Front and 2 Rear In cab amber, green and red signal light system for twist lock operation Rear View Mirrors Power shift Transmission - 3 speed w/Inching, Modulated, Electric Shift Control Taylor Steer Axle Heavy-duty Extended Planetary Drive Axle Straight Air Service Brakes w/Parking Brake Hydrostatic Power Steering Hydraulic Pilot Operated Controls Rear Center Mount Cab, 2-door, includes one 40,000 BTU Heater, one circulation fan, front and rear windshield wipers w/variable slow speed/stop plus 2 speeds wiper control Switch, front windshield washer, dome light, all glass tinted Adjustable Vinyl Covered Mechanical Suspension Seat w/Arm Rests, Orange Seat Belt and OPS Switch Full Flow Wire Mesh Suction Strainers and Full Flow 10- micron Return Filter in Tank 30' Telescopic ULTRA-VU Mast Empty Container Handling Attachment with Mechanical Pile Slope Included Options Qty Warranty Standard Limited Warranty TMW-057 (1) Tire and Rim Options 12.00 x 20 - 18 PR E3 (6) Paint Options Standard Paint - Red (1) Factory Preparation for Shipment TEC-150H (1) Air Intake System Options Taylor Max Air Filtration Pre-cleaner (1) Electrical System Light Kit - Tail, Stop Light, Turn Signals (1) -Overhead Guard & Cab Options Air conditioner, heater with front and rear defroster package lieu of optional cab 40,000 BTU heater (1) -Overhead Guard & Cab Options Cloth Covered Air Suspension Seat w/Arm Rests (1) -Transmission Controls Automatic Power Shift Control (1) DELIVERY INFORMATION Delivery City/ZIP: Southport, NC 28461-7800 (Full Address to be provided upon award) Required Delivery Date: 150 or Days or less 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 be accessed electronically at http://farsite.hill.af.mil/) 52.204-7 Central Contractor Registration 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 brand name 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: 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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: 52.203-3 Gratuities 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; 252.243-7002 Request for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea Alternate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5cb56f92b6d3807821e65f2549e1ee87)
- Place of Performance
- Address: MOTSU MOTSU Southport NC
- Zip Code: 28461-7800
- Zip Code: 28461-7800
- Record
- SN02526645-W 20110811/110809234925-5cb56f92b6d3807821e65f2549e1ee87 (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 |