SOLICITATION NOTICE
61 -- Forklift Batteries
- Notice Date
- 12/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
- ZIP Code
- 17201-4152
- Solicitation Number
- W25G1Q327700LK
- Response Due
- 12/16/2013
- Archive Date
- 2/4/2014
- Point of Contact
- ALLEMAN TRUDY, 717-267-5874
- E-Mail Address
-
ACC-RSA-LEAD - (SPS)
(trudy.o.alleman.civ@mail.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. Combined Synopsis/Solicitation Three (3) Forklift Batteries This is a combined synopsis/solicitation for commercial services 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. This is a Request for Quotation (RFQ) and the RFQ number for this procurement is W25G1Q327700LK. This announcement will be issued as a combined synopsis/solicitation. This solicitation is a 100% Small Business Set Aside. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 335911. The SB size standard for this code is 500 Employees. Name Brand or Equal with the following minimum specifications: CLIN 0001 - One (1) Forklift Battery 2.1. 1 ea. Battery Description: MFG: Douglas Battery. PN: 24-85-25 LM Voltage: 48V Dimensions: L 38.5 x W 39 x H 19.5 Weight: 3108 Lbs No cover/lid SB350 Connector Grey STD Lead CLIN 0002- Two (2) Forklift Batteries.2. 2 ea. Battery Description: MFG: Douglas Battery. PN: 40-125-09 FLD Voltage: 80V Dimensions: L 40.5 x W 27.75 x H 30.75 Weight: 3900 Lbs Black 320A Connector Positive cable 72 quote mark Negative cable 40 quote mark All items shall be delivered to Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.bpu.gov/orca FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011) ALT 1; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2013); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (MAR 2012) FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011); FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.247-34 F.o.b Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012); DFARS 252.232-7006 Wide Area Workflow Payment Instructions ( MAY 2013); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (June 2013) Alt III Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.a.duffy4.civ@mail.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management (SAM) to be eligible for award. 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. The closing period for questions is December 10, 2013, 10:00 A.M. Eastern Standard Time. Questions received after this time and date will be answered at the sole discretion of the Government. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Time on 16 DEC 2013. All quotes must be marked with RFQ number and title and accompanied with a signed/dated copy of this combined synopsis/solicitation and all amendments. Email quotes will be accepted. L2. AMC-Level Protest Program 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 (GAO), 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 resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. L21 PACKING SLIPS All deliveries shall include a packing list that references the contract/order number. This applies to packing slips from 3rd party/drop ship vendors. Failure to include the contract/ order number in the packing list will result in payment delays and the possibility of rejected deliveries. Attachment 1 Purchase Description Letterkenny Army Depot (LEAD) A3H30032630101-0102 3 Batteries 1.0REQUIREMENT: 1.1Each item listed below should be a new piece of equipment from the manufacturer. All items requested must be matched to the manufacturer and the stock number or an equivalent. 1.2Battery described below will be for a 2011 ELECTRIC FORKLIFT MFG: DOOSAN MODEL # B30S-5 SERIAL # FBA09-138-01108, and a 2007 4000LB FORKLIFT MFG: YALE MODEL # ERP040DH SERIAL # ERP040DHE80TV87 2.0DESCRIPTION: 2.1. 1 ea. Battery Description: MFG: Douglas Battery. PN: 24-85-25 LM Voltage: 48V Dimensions: L 38.5 x W 39 x H 19.5 Weight: 3108 Lbs No cover/lid SB350 Connector Grey STD Lead 2.2. 2 ea. Battery Description: MFG: Douglas Battery. PN: 40-125-09 FLD Voltage: 80V Dimensions: L 40.5 x W 27.75 x H 30.75 Weight: 3900 Lbs Black 320A Connector Positive cable 72 quote mark Negative cable 40 quote mark 3.0INSTALLATION/ TRAINING 3.1No installation is required for Battery. The price for the Battery should include Shipping to Letterkenny Army Depot Building 370 Central Receiving.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/505de37670417470d04809591e7cc6d8)
- Place of Performance
- Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
- Zip Code: 17201-4152
- Zip Code: 17201-4152
- Record
- SN03247411-W 20131208/131206234228-505de37670417470d04809591e7cc6d8 (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 |