Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

23 -- FORKLIFT AND HAZMAT

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
28547-8368
 
Solicitation Number
M6700105Q0057
 
Response Due
6/24/2005
 
Archive Date
7/24/2005
 
Point of Contact
ROBERT ALLISON 910-451-2185 phone 910-451-2185
 
E-Mail Address
R.A. (Bob) Allison
(robert.a.allison@usmc.mil)
 
Description
This is a combined synopsis/solicitation for the one time brand name only procurement of a SWING-REACH VNA TURRET FORKLIFT TRUCK, "EE" RATED Capacity: 3,000-lbs Mast: 118" Lowered/226” Lift Voltage: 48-volt FEATURES: Must be “EE” safety rated Equiped with a Fire Extinguisher Manuals: Parts/Oper./Maint Side gate with Power Disconnect Operator's Clipboard Holder Operator Certification Training Program BATTERY: 840 AH, with OSHA “EE” safety rating construction Included CHARGER: 480-volt, 3-Phase (not hard wired into building) OPTIONS: For aisle guidance: Guide rollers for double rail with auto steering Rail: Requires a 3”x3” angle iron rail be installed on each side of aisles based on length. To be ordered separately after shelving is determined Freight and Preparation. Please see attachment for additional description. This procurement is conducted in accordance with FAR Part 13 - Simplified Acquisition Procedures and FAR Part 12, Acquisition of Commercial Items. This ann! ouncement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07 and Defense Acquisition Circular 91-13. This solicitation is not restricted regarding business size. NAICS code 333925. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation, will be considered the best value to the Government. The following factors shall be used to evaluate quotes: past performance, price and delivery time. A quotation for this request shall be submitted via regular mail to the Camp Lejeune Contracting Dept., Attn: R.A. (Bob) Allison, P.O. Box 8368, Jacksonville, NC 28547, e-mailed to robert.a.allison@usmc.mil, faxed to 910-451-2193, or hand carried to the Camp Lej! eune Contracting Dept., Bldg 1116, Camp Lejeune, NC 28547. The quotation selected for award shall be incorporated into the resulting contract award document. The following FAR Clauses/Provisions apply: 52.203- 3, Gratuities, 52-212-1, Instructions to Offerors Commercial Items. 52.212-3, Offeror Representations and Certifications - Commercial Items, (Copies of 52.212-3 are available upon request from the Contracting Office or on the Internet at www.arnet.gov/far), 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and 52.222-41. The contractor shall extend to the Government the full coverage of any standard commercial warranty norm! ally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Quoters responding to this announcement must provide the information contained in 52.21 2-3, Offeror Representations and Certifications - Commercial Items with their offer. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR.gov. Offerors are required to be registered in Wide Area Work Flow DFARS 252.232-7003. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/ amendments and be considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this of! fice on or before 24 June 2005, at 3:30 PM EST . All responsible sources in compliance with the above may submit a quote that will be considered. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
NECO
(http://www.eps.gov/spg/DON/USMC/M67001/M6700105Q0057/listing.html)
 
Record
SN00831870-F 20050619/050617211718 (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.