Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

34 -- ARTICULATING BOOM LIFTS

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-06-T-0112
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-06-T-0112 applies and is issued as a Request for Quotation. This procurement is set aside for small business 02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 333923 and the business size standard is 500. ARTICULATING BOOM LIFTS BATTERY POWERED, EXPLOSION PROOF (EE RATED), SELF PROPELLED, AERIAL WORK PLATFORM, FACTORY PADDING WITH PROXIMITY SYSTEM. THE UNIT SHALL BE ABLE TO OPERATE CONTINUOUSLY FOR AN EIGHT (8) HOUR PERIOD, EQUIPPED WITH A BUILT IN BATTERY CHARGER CAPABLE OF FULLY CHARGING THE UNITS BATTERIES WITH AN EIGHT (8) HOURS. THE BATTERY CHARGER SHALL PLUG INTO A 110 VOLT OUTLET, SHALL PROVIDE A HOUR METER AND BATTERY CONDITION INDICTOR. THE UNIT SHALL PROVIDE PLATFORM UP-AND-OVER CAPABILITY OF AT LEAST 25 FEET 3 INCHES, VARIABLE HORIZONTAL OUTREACH TO 23 FEET 9 INCHES, BASE TURNTABLE SHALL PROVIDE A 360 DEGREE ROTATION WITH ZERO TAIL SWING. FOUR (4) FOOT ARTICULATING JIB. RANGE OF ARTICULATION MIN OF +86 DEGREES, -55 DEGREES VERTICALLY. MINIMUM UNRESTRICTED PLATFORM CAPACITY OF 500 LBS, ADEQUATE WORKSPACE FOR TWO (2) OPERATORS AND EQUIPMENT. PLATFORM DIMENSIONS MINIMUM 60 INCHES LONG BY 30 INCHYES WIDE, HYDRAULIC SELF-LEVLING, HYDRAULIC ROTATION OF MINIMUM 180 DEGREES. MAXIMUM STOWED HEIGHT 6 FEET 7 INCHES; MAXIMUM STOWED LENGTH 21 FEET 2 INCHES, MAXIMUM STOWED WIDTH 5 FEET 9 INCHES. TURING RADIUS MAXIMUM 2 FEET (INSIDE) 10 FEET 4 INCHES (OUTSIDE) CONFIGURED FOR OVERT-THE-ROAD TRANSPORTATION WITHIN THE FACILITY. FOAM FILLE TIRES. HYDRAULIC CONTROLS WITH A JOYSTICK TYPE CONTROL FOR STEERING AND DRIVE FUNCTIONS, DIRECTIONAL LEVER CONTROLS FOR UP, DOWN, ETRACT, AND ROTATE FUNCTIONS. CONTROL PANELS LOCATED BOTH ON THE WORK PLATFORM AND THE BASE EXCEPT FOR THE STEERING FUNCTION OPERATIONAL FROM THE WORK PLATFORM ONLY. DEAD MAN FOOT SWITCH AT THE WORK PLATFORM FULL PRESSURE HYDRAULIC CONTROLS, ALL STEEL CONSTRUCTION, 5 DEGREE SLOPE SENSOR, MANUAL EMERGENCY SYSTEM, WHEEL BRAKES, PARKING BRAKE, 48 VOLT DC POWER SOURCE, EIGHT (8) 6VOLT BATTERIES AT 370 AMP, 21 AMP BATTERY CHARGER AND MOVERMENT ALARM. THE UNITS SHALL COMPLY WITH ALL APPLICABLE OSHA29 CFR 1910 AND 29 CFR 1926, ANSI/SIA A92.5 AND NAVOSHA REGULATIONS. THE BASE SHALL BE EQUIPPED WITH AN EMERGENCY HAND PUMP AND LOWERING VALVES TO SFELY LOWER THE BOOM ASSEMBLY IN EMERGENCY SITUATIONS. JLG MODEL E405AJ ELECTRIC OR EQUIVALENT IN FORM AND FUNCTION QTY 2 EA. FOR DELIVERY TO RECEIVING OFFICER, BLDG 110 DOOR 16, NAS JACKSONVILLE FL 32212 The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 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); Clause 52.216-1 Type of Contract, Clause 52.216-18 Ordering,Clause 52.216-19 order limitations, Clause 52.216-20 Definite Quantity, 52.216-21 Requirements alternate 1 Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M JULY 07,2006. Quotations must be in writing and may be faxed or mailed to the following. Attn Venita K Harmon, Fleet Contracting Center, FISC JAX BLDG, 110 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1229.
 
Place of Performance
Address: FLEET AND INDUSTRIAL SUPPLY CENTER, BLDG 1110, P.O. BOX 97, NAVAL AIR STATION, JACKSONVILLE, FL
Zip Code: 32212
 
Record
SN01075910-W 20060624/060622221723 (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.