Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2006 FBO #1503
SOLICITATION NOTICE

39 -- Bi-Energy Articulated Boom Lift

Notice Date
1/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8601-06-T-0046
 
Response Due
1/13/2006
 
Archive Date
2/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
06T0046- Bi-Energy Articulated Boom Lift 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. Solicitation No. FA8601-06-T-0046 is issued as a Request for Quote (RFQ) utilizing Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. All quotes are due by 1:00 p.m., EDT, 13 Jan 06. This acquisiton is set-aside for small business. The associated NAICs is 333924. The size standard is 750 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This RFQ has 1 line item, Line Item 0001, Bi-Energy Articulated Boom Lift, 1 ach. The characteristics of this item are as follows: This item should features the use of both electrical energy as well as diesel fuel to power the lift. The dual fuel aspect allows for energy efficiency, environmental sensitivity, and conservation of artifact degradation. For maneuverability, the unit must maintain a stowed traveling height of no more than 6? 8?. The machine must not exceed a base width of more than 5?10?. The apparatus must not have a length greater than 20?. For operation, the unit must not burn exclusively on a combustible material, leading to greater cost, atmospheric pollution, unhealthy working environments, and artifact degradation. For reach, the unit must attain a platform reach from ground to platform of at least 45?, providing a working height of an estimated +/- 51?. In addition, the unit must be capable of a vertical reach of +/- 25? at working levels. Approved sources are Genie P/N Z45/25 and JLG P/N M450A. One additional requirement is the availability of an identical loaner lift at no additional cost in the event the lift will need to go in for repair. Responding suppliers shall include descriptive literature (catalog sheets) with their quotations to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this synopsis/solicitation and the salient characteristics document. The Contracting Officer will evaluate ?equal? products on the basis of the evaluation factors listed in the solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the contracting officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturer?s name, model number and specifications in your quote. Unless the quoter clearly indicates in its offer that the product being offered is an ?equal? product, the quoter shall provide the brand name product referenced in the solicitation. A copy of FAR 52.212-3, Contractor Representations and Certifications?Commercial Item, must be completed and submitted with the quotation. A copy is available under this solicitation number at http://www.pixs.wpafb.af.mil/. Delivery is required within 3 months. FOB is Destination (Wright-Patterson AFB OH). Quoted prices must be delivered (FOB Destination) prices. Award will be based on best value to the government. Evaluation factors are price, product design and acceptabiltiy and past performance. Solicitation Provisions, FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial and FAR 52.212-3, Contractor Representations and Certifications, apply to this acquisition. The following FAR Clauses apply to this acquisition: 52.225-13, Restrictions on Certain Foreign Purchases; 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, applies to the acquisition (for paragraph (b), the following clauses apply: 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, 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; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (CCR) and 52.0204-6, Data Universal Numbering System (DUNS) Number applies to this acquisition. The following DFAS Clauses apply to this acquisition: 252.204-7003, Control of Government Personnel Work Product; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items (for Paragraph (b)) the following applies: 252.223-7001, Buy American Act and Balance of Payments Program; 252.204-7004, Required Central Contractor Registration. AFFARS Clauses applies: 5352.223-9000, Elimination of Use of Class I ODS, applies to this acquisition. Copies of all provisions and clauses, including Representations and Certifications are available at http://farsite.hill.af.mil/. Contract financing will not be provided for this acquisition. Contractor must be registered in the CCR prior to award. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantgeous to the Government. The Government reserves the right to not make an award. By submission of a quote, the quoter acknowledges the requirements that a prospective awardee must be registered in the CCR database prior to award, during performanace and through final payment of any contract resulting from this solicitation. Point of contact for this acquisition is Jo Ann Sillaman, (937) 257-6157, extension 4210. Quotes can be emailed to: joann.sillaman@wpafb.af.mil or faxed to (937) 257-3926, Attn: Jo Ann Sillaman, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Except for submission of FAR Clause 52.212-3, there is no special format or form required for submitting quotes. All quotes are due by 1:00 p.m., EDT, 13 Jan 06. For more information on "Bi-Energy Articulated Boom Lift", please refer to: http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=4222
 
Web Link
Bi-Energy Articulated Boom Lift
(http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=4222)
 
Record
SN00961633-W 20060107/060105211926 (fbodaily.com)
 
Source
FedBizOpps 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.