|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125Department of the Treasury, Internal Revenue Service, Midstates
Procurement Operations Branch, 4050 Alpha Rd., 1800MSRO, Dallas, Texas
75244 39 -- ELECTRIC FORKLIFTS SOL TIRMS-98-Q-00139 DUE 071098 POC Yvette
Terrell, Contract Specialist, 972-308-1989 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; quotations are being requested and A WRITTEN
SOLICITATION WILL NOT BE ISSUED. Solicitation number TIRMS-98-q-00139
is a Request for Quotation (RFQ) incorporating provisions and clauses
in effect through Federal Acquisition Circular (FAC)97-04. The Standard
Industrial Classification Code (SIC) 3537; the applicable size standard
is 750 employees. Contract Line Item Number (CLIN)0001: 2 each electric
forklifts with 5000 lb. capacity @ 24" load center, 203" maximum fork
height, 91" lowered mast height, 67" free lift, 38" carriage width, 48"
load backrest height, 41" fork length, 84.8" drivers overhead guard
height, 89.2" right angle stacking plus load length 33.3" battery
compartment. Tires: cushion drive: 21x7x15, steer 16.25x6x11.25. Travel
speed: 9 mph loaded, lifting speed: 90.6 fpm loaded, Standard
equipment: Tilt steering wheel and adjustable seat. Full light
packatage, back up alarm, rear-view mirror, operators restraint system
single lever lift/tilt control, new mast and overhead guard design,
two field coil hydraulic pump motor, lift interrupt system, state of
the art electronic, include power/economy switch and soft start
control, motor brush ware and temperature indicators for traction and
hydraulic pump motors. Self adjusting brake system (EPS) reduced
electric power consumption and irritation noise levels. SCR travel
control high cooling performance controller equipment with: Battery:
18-d85-23 935 A H, battery connector type:SB-2 gray 350 amp, sideshift,
rotating beacon, fire extinguisher. Delivery is to be made FOB
Destination to Central Area Distribution Center, Internal Revenue
Service, 2402 E Empire, Bloomington, Il. 61799. The provision at FAR
52.212-1, Instructions to Offerors-Commercial Items is incorporated by
reference and applies to this solicitation. The Government will award
a purchase order resulting from the RFQ to the responsible offeror
whose quotation conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors will be used to evaluate quotations (1) technical
capability of the item, (2) price and (3) warranty. Offerors shall
include a completed copy of the provision at FAR 52.212-3 Offeror
Representation and Certifications Commercial Item, is incorporated in
this solicitation, AND OFFERORS SHALL INCLUDE A COMPLETE COPY OF THIS
PROVISION WITH THEIR QUOTES. FAR clause 52.212-4: FAR clause 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items, is incorporated in this
solicitation. The additional FAR clauses cited are applicable to this
acquisition, 52.203-6; 52.203-10;52.2198;52.222-26;52.222-36; and
52.222-37. RFQ's must be faxed to Internal Revenue Service, Midstates
Procurement Branch, Attention: Yvette Terrell, Contract Specialist, M/C
1800MSRO, 4050 Alpha Road, 9th Floor, Dallas, Texas, 75244. All
inquires regarding this solicitation are due by COB, Wednesday, July 1.
1998. Any questions received after that date will not be honored. All
questions must be in writing and faxed to Yvette Terrell at (972)
308-1928. No telephone inquiries will be accepted.***** Posted 06/24/98
(0175) Loren Data Corp. http://www.ld.com (SYN# 0263 19980626\39-0002.SOL)
39 - Materials Handling Equipment Index Page
|
|