Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

39 -- Purchase nine (9) container sidelifters

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Selma DC, Selfield Industrial Park 661 Selfield Road, Selma, AL, 36703
 
ZIP Code
36703
 
Solicitation Number
HSFE04-05-RQ-4787
 
Response Due
6/14/2005
 
Archive Date
6/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Part 12.6 Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFE04-05-RQ-4787 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This procurment is a small business set-aside. The NAICS Code applicable to this RFQ is 336120; small business size standard is 500 employees. The Department of Homeland Security/FEMA proposes to purchase nine (9)Container Sidelifters to be able to perform the following tasks and to meet specifications below. Pick-up and unload on any even or uneven surface Handle any container size from 20 to 40 feet Movable Cranes or Cranes Mounted on Telescoping 20/40 trailer to handle 20 and 40 foot containers using the short (compressed) trailer for 20? containers and the long (extended) trailer configuration only for 40? containers. Trailer must be equipped with air ride suspension, dump valve and 9?1?? axle spread. Cranes mounted to trailer in fixed location within 48?? of the rear of the trailer for best reaching and setting containers in tight confined areas. Intermodal transfers between road and rail (Unloading from road to flat rail cars or vice versa). Trailer to Trailer loading capability with OVERDECK leg stabilizers for maximum stability and no stabilizer leg interference between Side-loader and trailer, chassis or rail car being transferred to and from. Low profile cranes to allow for over-the-road clearances. Double stacking of empty or fully loaded containers, even in confined spaces. Meet all Department of Transportation (DOT) specifications and standards. SPECIFICATIONS: Maximum capacity: 35 metric tons (77,000lbs) Container handling capability: 20? ? 40? Extendible trailer chassis to handle 20? and 40? containers. Self contained power source for hydraulic and electrical system. Proportional cable remote operation. Crane reach capability to lift to and from another trailer, chassis or rail car and stack containers two high with one on the ground. Cranes in stored road transport position cannot exceed 13? 6?? transport height when mounted on trailer with 48? fifth wheel height. Lifting chains (2 pair) with lifting lugs for standard intermodal ISO containers (Twist-Lock) and with a second set of hooks required to lift other devices such as camper trailers. Delivery time should not exceed 90 days after contract date. In an operation like FEMA with a variety of operators, the overdeck leg stabilizer leg system is highly recommended for best overall performance. The closer the two vehicles are the less swinging and reaching the Side-loader has to do. Quotations must include Destination to the following three locations: Five (5) to: Cumberland Distribution Center, Cumberland PPG Complex, 11601 PPG Road, Cumberland, MD 21502 POC - Mary Cromwell (301) 722-1247 Three (3) to: Selma Distribution Center, 661 Selfield Road, Selma, AL 36703 POC - Rick Scott (334)874-7053 One (1) to: FEMA Logistics Center-Fort Worth, 501 W. Felix, FWFC Building 12, Ft. Worth, TX 76115 POC Rick Hazlett (817) 759-4752. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The requirements detailed in this solicitation shall be used as criteria to evaluate offers. Contractor must meet all the requirements detailed within this solicitation. BASIS FOR AWARD: The Government will make an award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order for an offeror?s products to be considered technically acceptable, the mandatory requirements identified above must be met by the proposed products.. Offerors are to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response. The following FAR clauses also apply: 52.212-4, Contract Terms and Conditions-Commercial Items; Clause 52.211-6 Brand Name Or Equal is hereby incorporated by reference as an addenda to 52.212-4; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses cited in 52.212-5 being applicable to this acquisition; 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.225-3, 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, Buy American Act - Supplies. 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Successful contractor must meet all the responsibility requirements of Subpart 9.104-1 of the Federal Acquisition Regulation (FAR). The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far. A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. The due date for submission of offers is June 14, 2005 at 6:00 p.m., central time, to FEMA, Selma Distribution Center, 661 Selfield Road, Selma, AL 36703; Attn: Kevin Burns. All requests for information are to be addressed to Kevin Burns, Contract Specialist (334) 872-7897. Technical and/or administrative questions must be received no later than five business days after publication of this notice and may be faxed to (334)875-2851 or sent via electronic mail to kevin.burns@dhs.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: 661 Selfield Road, Selma, AL
Zip Code: 36703
Country: us
 
Record
SN00814184-W 20050526/050524211546 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.