Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SOLICITATION NOTICE

39 -- Sellick Truck Mounted Forklift

Notice Date
9/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-05-T-0546
 
Response Due
9/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). Reference quote number SP310005T0546. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 and DFARs Change Notice (DCN) 20050901. The size standard is 750 employees. NAICS is 333924. This acquisition includes: CLIN 0001, 2 EA of a Sellick Truck Mounted Forklift Model TMF-55DDS-3 with 42? pallet forks and 96? two stage lift height. Specifications: 5,500 lbs. capacity at 24? load center, Carriage-46? wide ITA carriage with 48? high load backrest, 96? maximum fork height, 79? mast lowered height, Engine-Deutz diesel EPA compliant low noise, low emission naturally aspirated three-cylinder 45 hp, direct injection, diesel engine, Transmission-hydrostatic transmission, Electrical-12 volt, 60 A alternator, 720 CCA battery; neutral safety start, Lighting-lighting package includes two front and one rear work lights, safety decal package, horn, back-up alarm, Tire Size and Type-31 X 15.5 ? 15 ? 8 ply pneumatic; Instruments-full instrumentation including warning indicator lights and gauges. Gauges include fuel level, hour meter and return filter. Indicator lights include battery, oil pressure, engine temperature, preheat, trac lock, 3WD, headlight and parking brake. Acquisition is 100% small business set aside. Item to be delivered FOB Destination to Defense Distribution Center, Tracy, CA 95376. Deliver by 90 days after date of order. The following clauses and provisions apply: Instructions to Offerors-Commercial; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (to include: 52.219-6, Total Small Business Set Aside; 52.222-3, Convict Labor; 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 Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans); clause 52.232-33 Mandatory information for electronic funds transfer payment; clause 52.232-36 Payment by Third Party. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with the offer. If the offeror does not have a copy of this provision, a copy can be downloaded from this website: http://farsite.hill.af.mil. The following DFARs clauses apply to this acquisition: Clause 252.212-7000, Offeror Representations and Certifications--Commercial Items; clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items to include: ( 252.225-7001 Buy American Act and Balance of Payment Program; clause 252.225-7036, North American Free Trade Agreement Implement Act). Award will be made in accordance with the lowest price technically acceptable offer. This will be the only notice of award. No formal solicitation will be issued. Quotes may be faxed to Donna Kautz, 717-770-7591 or emailed to donna.kautz@dla.mil. Contractors must be registered with the Central Contractor Registration in order to receive the award.
 
Place of Performance
Address: DEFENSE DISTRIBUTION SAN JOAQUIN, CCP WHSE 30, MARK FOR SB3105, 25600 SOUTH CHRISMAN ROAD, TRACY CA
Zip Code: 95376
Country: USA
 
Record
SN00901183-W 20050924/050922211550 (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.