Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

23 -- Propane Gas ForkLift

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-05-T-0074
 
Response Due
8/11/2005
 
Archive Date
8/11/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items prepared in accordance with the format in 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. (ii) This solicitation number N68335-05-T-0074 is issued as a competitive small business set aside request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation is a competitive Small Business Set-Aside. NAICS is 333924 applies. (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Propane Gas Operated Forklift, Clark Materials Handling Company Model: C20SCL (or equivalent). This is a brand name or equivalent solicitation and all offers meeting or exceeding the technical specifications will be evaluated. Award will be made to the lowest priced, technically acceptable offeror. (vi) Offers will be evaluated on a strict pass/fail basis. (vii) The salient characteristics are as follows; 4000 lbs lifting capacity, Operates on LPG (propane gas), 4 cushion tires, 275" minimum fork lift height, Minimum 42" fork length, Minimum 48" load backrest Sit-down rider, Overhead guard, Back-up brake & tail lights, Back-up alarm and Work lights. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence within 14 weeks after contract award. FOB Destination. Ship unit to: N68335, NAWCAD LKE HWY 547 BLDG 195 (HANGAR 6), LAKEHURST NJ 08733, Attn: HING LOUIE, (732) 323-7167, M/F: MLT. Inspection and Acceptance at Source. (viii) FAR 52.212-1 Instructions to Offerors ? Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1: All offerors competing for award are required to provide a proposal in two volumes: Volume 1 ? Price Proposal, Certifications and Representations, Volume 2 ? Operations and Maintenance Manual and Descriptive Literature. Offeror is also to provide the terms of commercial warranty of at least one year and past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous Government contracts. Descriptive Literature must be furnished as part of the offer. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the Salient characteristics stated above. (ix) FAR 52.212-2, Evaluation ? Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) Notice of Small Business Set Aside, FAR Clause 52.219-6. (xii) Item Identification and Valuation; 252.211-7003. (xiii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. (xiv) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xv) Additional requirements. Warranty: The Offeror?s commercial warranty of at least one year shall apply and should be stated in the Operation and Maintenance Manual. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xvi) Cost proposal, operation/maintenance manual, and descriptive literature are due by 3:00 p.m. EST, 11 August 2005 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25214 ND, Nancy Delaney, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xvi) Name and telephone number of individual to contact for information regarding the solicitation: Nancy Delaney, (732) 323-4478, fax (732) 323-7440, e-mail: Nancy.Delaney@navy.mil. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select ?Business? then ?Doing Business With Us? and ?Open Solicitations.? Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals. For additional information regarding (xii) Item Identification and Valuation; 252.211-7003, visit the following website: http://www.acq.osd.mil/dpap/UID/
 
Record
SN00851214-W 20050722/050720212528 (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.