SOLICITATION NOTICE
39 -- Non-Sparking Fork Lift
- Notice Date
- 8/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- PR-0026933
- Archive Date
- 9/8/2015
- Point of Contact
- Jerry D. Varnell, Phone: 7036327500
- E-Mail Address
-
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The Request for Quote number is PR-0026933. The NAICS Code for this requirement is 333618, Other Engine Equipment Manufacturing; the size standard is 1000 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-83. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. This RFQ is for Brand Name or Equal in accordance with FAR Provision 52.211-6 (Aug 1999). Substitute brands may be provided if they perform the same function. If an equal item is proposed specs must be included with the quote to show that it is an equal item. Quotation shall provide a point-by-point comparison to each item listed in the technical requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. All bidders that fail to comply with these instructions will be considered not responsive and not considered for award. The FBI requires a non-sparking fork lift for the new FBI Facility located in Huntsville, Alabama. The non-sparking fork lift is needed to transport explosive materials from the FBI warehouse to a bunker. The FBI requires the following items, Brand Name or Equal, to the following: Line 0001, Non-Sparking Fork Lift, Model J45XN, McCall Handling Company, 1, EA. Standard equipment includes: Dual AC Traction Motors, AC Pump Motor, Transistor Drive & Pump Control, Advanced Vehicle System Manager, Progressive Thermal Management System, Fully Integrated CANbus Communication, On-Demand Power Steering, Zero Turn Radius Steer Axle with Continuous Stability Enhancement, Power Assist Braking with Oil-Cooled Wet Disc Brakes, Automatic Park Brake, Auto Deceleration System with Regenerative Braking, Multi-Functional Display (Battery State of Charge with Low Battery Lift Interrupt, Hour meter, Performance Mode Indicator, Fault Indicator (Audible & Visible) and 4 operator Selectable, Programmable Performance Modes, Contoured Ingress/Egress Handle, Operator Convenience Station (Storage Areas, Beverage & Clipboard Holders), Infinitely Adjustable Tilt Steering Column, Anti-Cinch Operator Restraint System, Cushioned Floormat, Static Strap, Tow Pin, Seat Side Power Disconnect Button, On-Board Software (Password Protected with Program, Test, & Diagnose Features), Electronic Horn, Operating Manual, Standard Warranty: 12 months/2,000 hours Full Truck, 24 months/4,000 Hours Powertrain. **All pricing to include shipping if applicable must be included in Line 0001** **All questions for this solicitation is due by 8:00 am, ET, Thursday, August 20, 2015** Technical Requirements: The equipment requirements for a non-sparking fork lift mandate that the drive, steering, and hydraulic pump motors need to be totally enclosed and isolated from the frame. Additional equipment requirements include being equipped with baffles, fuses, static strap, solid core pneumatic tires, enclosed motors, and all parts such as contactors, switches; reinforced battery cover with means for locking; and enclosed power resistors with a thermostat to prevent the emission of any hazardous sparks and to limit surface temperatures while transporting any explosive material. • Battery Compartment: 28.2" (717mm) Length; • Battery Removal: Lift out/Vertical extraction; • Battery Charging System: Conventional, must include single 320 Amp Type "E" Black Battery Connector under Hood; • Voltage: 80V w/Black 320 Amp Type "E" BC; • Performance: Standard Traction and Hydraulic Performance; • Construction: Standard construction, must be suitable for environments with temperatures ranging from 32F to 120F; • Sealed Drive Axle: Must be certified to an IP54 rating; • Fork Lift must included Outdoor Protection/Wash-Down Package; • Fork Lift must be equipped with Mud Guards; • Fork Lift must be U.L. Approval: Type "EE", lockable hood; • Mast: 3 Stage Full Free Lift. 189" Max Fork Height/83" Lowered/ 60" Freelift/238" Ext Ht (4800mm/2092mm/1546mm/6030mm); • INT SS CRG 3 STG FFL 42" (1067mm) CL 2; • Forks: 42" Long Class II Hook Type (1.6" x 3.9") Standard taper, (1067mm x 40mm x 100mm); • Load Backrest Extension: 48" High; • Mast Tilt: 5 Forward/4 Back: • Mast Accessories: Tilt Cylinder Boots; • Must come with without return to set tilt; • Accumulator: Fork Lift must be equipped with a 1 Quart HydraSmooth Accumulator; • Hydraulic Control and Value: Fork Lift must be equipped with 3 Function (1 Auxiliary) with 3 mechanical levers mounted seat-side within easy reach for hydraulic activation; • Hose Group: Fork Lift must be equipped with 1 auxiliary function - 2 hoses internal mounted; • Tread width: Standard Tread; • Drive Tires: Pneumatic Solid 23x10-12; • Steer Tires: Pneumatic Solid 18x7-8 • Seat: Non-Suspension Vinyl Seat with Operator Restraint and No-Cinch Seatbelt; • Seat Accessories: Black Emergency Locking Retractor Non-Cinch Seat Belt • Overhead Guard: Grid Style; • Engine Start: Keyswitch Start; • Directional Control: Seat-Side; • Steering Wheel: Steering Wheel with Wheel Spinner Knob; • Steering Column: Infinite tilt column through a 26 degree range; • Display: High Mount - Mounted in Upper Right Corner of Overhead Guard; • Steering System: Fork Lift must be equipped with on demand power assistance; • Lights: Fork Lift must include Full LED Light package; • Visible Alarm: Fork Lift must be equipped with Amber LED Strobe Light, Keyswitch activated; • Audible Alarm: Fork Lift must be equipped with manually adjustable alarm when reverse direction is activated; • Power Converter: DC to DC converter must provide 25 amps / 300 watts@ 12 volts for factory installed lights and accessories which includes a dash-mounted, automotive-style auxiliary power outlet and power tap under the floor plate; • Rear Drive Handle: Fork Lift must be equipped with Rear Drive Handle which includes an integral horn button for easy actuation during reverse driving; • Fire Extinguisher: Fork Lift must be equipped with a 2.5 lb. Dry Chemical Fire Extinguisher; • Mirror: Single Panoramic Mirror mounted to OHG; • Language: Fork Lift must include an Operator Manual - English; • Literature: Fork Lift must include a Parts Manual - CD, Serial Number Specific; • Fork Lift must include 1 Bulldog 80 volt battery model BT40-125-09-S3 and 1-40K510B3 80 volt matching charger; FOB Destination: FBI Huntsville, 4940 Fowler Road, Redstone Arsenal, AL 35898. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than Monday, August 24, 2015, 08:00 am Eastern Standard Time (EST). Quotes shall be clearly marked PR-0026933. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR-0026933/listing.html)
- Place of Performance
- Address: 4940 Fowler Road, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN03840940-W 20150818/150816233523-c70063760cfb60873698aa9a4f29b226 (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 |