Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2023 SAM #7957
SOLICITATION NOTICE

39 -- 10K Diesel Forklift

Notice Date
9/8/2023 5:43:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-23-Q-1132
 
Response Due
9/15/2023 8:00:00 AM
 
Archive Date
09/18/2023
 
Point of Contact
Dan Collins, Phone: 515-252-4647, Megan Kaszinski, Phone: 515-252-4498
 
E-Mail Address
daniel.w.collins.civ@army.mil, megan.r.kaszinski.mil@army.mil
(daniel.w.collins.civ@army.mil, megan.r.kaszinski.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
See attachments for complete details. You are invited to submit a quote for one 10,000 lbs. Diesel Forklift and Associated Items to the Iowa National Guard, Camp Dodge Joint Maneuver Training Center, USPFO-P&C, Bldg. 3475, 7105 NW 70th Avenue, Johnston, IA 50131-1824.� The following equipment is required: LINE ITEM #:��������������� 0001 ITEM:� ������������ ����������� 10,000 lbs. Diesel Forklift with Associated Items QUANTITY / UNIT: ����� 1 / Each DESCRIPTION:� ��������� See salient characteristics below for specifications. LINE ITEM #:��������������� 0002 ITEM:� ������������ ����������� IUID Label QUANTITY / UNIT: ����� 1 / Each DESCRIPTION:� ��������� Forklift requires an item Unique Identification label per DFARS Clause 252.211-7003 � Item Unique Identification and Valuation. Contractor is responsible for providing IUID labels at the time of delivery. LINE ITEM #:��������������� 0003 ITEM:� ������������ ����������� Shipping/Freight (if applicable) QUANTITY / UNIT: ����� 1 / Each DESCRIPTION:� ��������� The following shall apply if contractor�s offer includes FOB Origin (Shipping Point). Shipping/freight expense of $250.00 and above, contractor shall submit their original shipping invoice or GBL/CBL and the invoice(s) submitted for the supplies in accordance with Invoicing Instructions outlined within DFARS Clause 252.232-7006 �Wide Area Workflow Payment Instructions.� All specifications for the proposed forklift shall meet or exceed the salient characteristics described below. Salient Characteristics (Specifications): 10,000 lbs. Forklift Shall have a rated load capacity between 9,999 lbs. and 10,001 lbs. Shall be able to operate at a grade no more than 20 degrees. Model: Power Type: Diesel no less than 66 Horsepower. Torque: No less than 212 ft. lbs. at 1400 RPM. Operation Type: Sitting with full suspension seat and seat compartment shall include a strong overhead guard meeting compliance of ISO6055 and ANSI specifications. Rated Load Center: No less than 24 inches. Load Distance: No less than 24 inches. Wheelbase: No less than 82 inches and no more than 90 inches. Automatic Transmission. Hydrostatic Power Steering. Tires: Solid pneumatic, rubber, all terrain with no more than four wheels and no less than three wheels. Dimensions: Overall Length: Between 120 and 130 inches without forks and between 160 and 175 inches with standard forks. Overall Width: Between 50 and 60 inches. Ground Clearance: Under mast, no less than 3.5 inches and center of wheelbase no less than 6 inches and no more than 9 inches. Overall Chassis Height: Between 85 and 100 inches. Turning Radius: No less than 110 inches and no more than 118 inches. Mast/Forks: Maximum Lift Height: No less than 150 inches. Lowered Mast Height: Between 95 and 97 inches. Extended Mast Height: Up to 178 inches no less than 167 inches. Mast able to tilt forks no less than 5 degrees forward and no less than 8 degrees backward. Forks shall be adjustable and removable. � � �� Safety: Shall meet all required Federal and Iowa safety requirements, including OSHA. Shall have Operator Presence Sensing System. Shall have double-action parking brake. Shall have asbestos-free wet disk brakes. Shall have an electric horn. Shall have manual return to neutral. Shall have a backup alarm. Shall have a fire extinguisher (including mounting bracket). Shall have LED rear combination lights (Brake Lights/Taillights/Back-Up Lights/Turn Signals). Shall have operator Seatbelt. Performance: Digital multifunction display: Speedometer Multifunction hour meter Parking brake indicator Heavy duty side shifting fork positioner with 4-way valve and hose group. Body/Exterior: Fully enclosed A/C and heated cab. Rearview Mirrors. Amber Strobe Light. Rear Facing Blue Safety Spotlight. Warranty: Shall have no less than 1 to 3-year standard warranty (parts & labor). Warranty information (booklet) shall be provided with quote for review.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3655872fc822492aaebad658346c0fe1/view)
 
Place of Performance
Address: Johnston, IA 50131, USA
Zip Code: 50131
Country: USA
 
Record
SN06824412-F 20230910/230908230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.