|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031Military Sealift Command, Pacific, Code N-10, 280 Anchor Way, Suite 1W,
Oakland, CA 94625-5010 39 -- MATERIAL HANDLING EQUIPMENT; FORKLIFTS SOL N62383-98-R-2129 DUE
031198 POC Patrick Dimla (619) 238-1000 Ext. 5117 or Linda Cho (510)
302-6345. 1. P!! 2. 0206!! 3. 98!! 4. GP0381232! 5. 94625-5010! 6. 39!!
7. Military Sealift Command, Pacific, Code N105B, 280 Anchor Way, Suite
1W, Oakland, CA 94625-5010! 8. 39 -- FORKLIFTS! I 9. N62383-98-R-2129!
10. 030898'' 11. Contact Patrick Dimla at (619) 238-1000 X5117 or
contracting Officer Linda Cho at (510) 302-6345!! 12. N/A!! 13. N/A!!
14. N/A!! 15. N/A! 16. N/A!! 17. Material Handling Equipment --
Forklifts. Provide Four (4) wheel electric, 6,000 lb forklifts, This is
a combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR 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. Solicitation No.
N62383-98-R-2129 is issued as a Request for Proposal(RFP). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46.Contract Line
Items are as follows, CLIN 0001 consists of the following equipment and
quantity: provide four (4) 4-wheel, electric fork truck, sit down type,
6,000 lb capacity, UL rated EE, Solid tires, 36 volt electric system,
Height of lowered mast not to exceed 76 inches, Two stage free lift
mast, Highest required lift 58 inches (one pallet high), Sideshift
capability, 48 inch pallet forks, Emergency brake, Seat operated
dead-man type brake, Back-up alarm, Front and back working lights,
Lifting padeyes, HOBART or GNB battery charger, Including recommended
spare parts list and associated cost of spare parts kit to support each
forklift, parts and maintenance capability. Spare Parts kits shall
include the following: Brush kits for all electric motors, hydraulic
seal kits for all motors and cylinders, brake linings, wheel and master
cylinder repair kits, filters and breathers, certain hydraulic hoses,
fuses, lights and light bulbs, brake cable assemblies, ignition switch
and key sets. Include 8 hours (singleblock, shipboard) of
training/instruction in operation and maintenance for each forklift.
Training will take place at Guam or San Diego, CA. Minimum quantity --
1 unit, Maximum quantity -- 12 units, Evaluated Quantity -- 4 units.
Contractor agrees to provide same unit price for minimum and maximum
amounts. this will be a Five (5) year contract with a base year and
four (4) option years. The option to be exercised 30 days prior to the
option year start date. The contract start date is 01 April 1998.
Delivery will be FOB Destination to Guam or San Diego, CA. The total
minimum quantity for the entire contract period is five total
forklifts, and can fulfilled within any current Lot and combination of
FOB Destinations (Guam or San Diego, CA.). FAR 52.247-34 applies. The
provision at FAR 52.212-1, Instructions to offerors -Commercial
applies to this acquisition including any addenda to the provision. FAR
52.212-2, Evaluation-commercial Items applies to this acquisition. The
following factors shall be usedto evaluate offers and are in
descending order of importance: A) Past Performance, B) Service
Support, C) Delivery, D) Warranty. Offerors shall submit the following
information with their price proposal. A) Past Performance -- List the
contracts completed during the past three years. Include the following
information for each contract: Name of customer, Point of Contact and
telephone number, quantity and type of equipment sold, model numbers,
delivery/performance dates (scheduled and actual) and total value of
contract. B) Service Support -- Describe in detail, offeror's dispatch
methods, notification process, on-call procedures and number of
available technicians/mechanics and ability to respond within 24 hours
of notification of trouble to attend vessel while overseas. Also,
include parts/components lead time for service support. C) Delivery --
Offeror shall provide best delivery of equipment, material and
technical documentation (expressed in calendar days after receipt of
notification of contract award) . D) Warranty -- Describe offeror's
warranty for equipment. Each offeror will be evaluated on his/her
performance under prior contracts for similar products. Performance
information will be used for both responsibility determinations and as
an evaluation factor against which offeror's relative rankings will be
compared to assure best value to the Government. The Government will
focus on information that demonstrates quality of performance/products
relative to the size and complexity of the procurement under
consideration. Award will be made to the offeror whose proposal
conforming to the solicitation is determined to be the best value to
the Government, technical, performance risk, price and other factors
being considered. In selecting the best value, the following factors
will be considered: Technical and Price to the Government. Price will
not be a numerically weighted factor in the evaluation of proposals,
neither does the importance of price bear a linear relationship to the
technical proposalnor to the offeror's past performance record. The
importance of price in evaluation of award will depend upon the
differences in evaluated technical quality among offerors, differences
in each offeror's past performance history which demonstrated his/her
ability to provide customer satisfaction at low to no performance risk
and the offeror 5 ability to provide increased technical quality in
performance of this contract. The price to the Government will be
evaluated to determine realism and reasonableness of proposed price.
Offeror's shall include a completed copy of the provision at FAR
52.212-3, Offeror Representations and Certifications-Commercial Items,
with its offer. FAR 52.212-4, Contract Terms and conditions-Commercial
Items applies including any addenda to the provision. FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items applies including the following, FAR
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.25-3, 52.225-9, DFARS
252.225-7012, 252.225-7014, 252.225-7035, 252-225.7036 and
252.247-7024. Any additional contract requirements or terms and
conditions (such as contract financing arrangements or warranty
requirements) determined by the Contracting Officer to be necessary for
this acquisition and consistent with customary commercial practices.
Defense Priorities and Allocations System (DPAS) and assigned rating
will apply. Offers are due 03 March 1998, 1100 hrs PDT at Military
Sealift Command, Pacific, 280 Anchor Way, Suite 1W, Naval Supply
Center, Bldg 310, Oakland, CA 94625-5010. Point of contact is Patrick
Dimla, Contracts Department, Code NlO5B, Tel: 619-238-1000 Ext. 5117,
Fax 619-557-4235 or Linda Cho at 510-302-6345, Fax 510-302-6346.
(0040) Loren Data Corp. http://www.ld.com (SYN# 0252 19980212\39-0001.SOL)
39 - Materials Handling Equipment Index Page
|
|