Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

23 -- Forklift

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-07-R-0206
 
Response Due
4/27/2007
 
Archive Date
6/26/2007
 
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, a 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. The Request for Quote number is W911SG-07-T-0206. Quotes are due by 3:30 PM local time, 26 April 2007. Quote shall be submitted electronically to ruben.pino@us.army.mil for the following : CLIN 0001- (1) NEW DOOSAN Model B15T-2 (Brand Name or Equal), Electric Cushion Tire Forklift Truck- 36 Volt, 3,000 Lbs. Base Capacity at 24IN Load Center, 2,500 Lbs. Capacity at 24IN Load Center at 1 87IN Maximum Fork Height With Side Shifler, MAST ASSEM BLY, High Visibility Triple Stage Upright, 187IN Maximum Fork Height, 84FT Overall Height Lowered, 61IN Free Lift (Less L.B.R.E.), 38IN Wide T.T.A. Class 11 Fork Carriage, 41IN Fork Length, 47IN Load Backrest Extension, ATTACHMENTS, Hydraulic Side Shifter with 8in Total Lateral Movement (4in Each Direction), STEERING, Fully Hydrostatic Power Steering, Adjustable Steering Column Provides Increased Driver Comfort, All Prices Subject To Cily And State Tax Where Applicable. Terms OfThis Quotation Are Subject To Acceptance, CONTROLLER, Doosans Micro-Controller Panel Is A Microprocessor-Based Transistorized Drive And Hydraulic Controller, Variable Speed Hydraulics Provide Quiet And Efficient Operation, Contactors Are Controlled To Maximize Tip Life And Provide Sm ooth Operation, Built-In Diagnostics Reduce Costly Troubleshooting Time And Eliminate The Need For Expensive Hand-held Analyzers, The System Remembers Up To 8 Fault Codes For Rapid Diagnosis And Repair, MOTORS, A Single Large Hydraulic Motor Provides Flow For Steering And All Hydraulic Functions, Eliminating The Need For A Separate Power Steering Motor Reducing Maintenance. Two Large Series Wound DC Motors Provide Excellent Torque And Speed, BRAKES, Oil Cooled Disc Brakes Are Built To Last And Easy To Maint ain, Warranty 5 Years/I 0,000 Hrs, BATTERY AND CHARGER, 38.21IN Lx 20.01IN W x 22.81IN Fl - Battery Compartment Size, New General Battery Model 18-85G-17, 680 A.H., New General Charger Model MX3-18-680, Phase 3 With Auto Start/Stop, TIRES  Cushion, Drive: 18 x 7 x 12.12, Steer: 18x7- 12.12, MAJOR FEATURES, Micro Command Microprocessor, Solid State Accelerator, Self-Diagnostic Function, Integrated Vehicle Monitoring Systems, Brush Wear Indicators, Lift Speed Control, Regenerative Braking, External Adjusted Tilt Cylinders (6? Forward / 5? Back), OTHER STANDARD FEATURES, Vinyl Cushioned Seat With Seat Belt, Battery Discharge Indicator, Key Switch, Operations, Parts And Service Manuals, Two Front Headlights And One Rear Light, Back-Up Alarm, ADDITIONAL OPTIONS INCLUDED, Amber Strobe Light, Oil Cooled Disc Brakes, CLIN 0002- DOOSAN CUSTOMER SATISFACTION WARRANTY, 12 Months or 2,000 Hours; Parts And Labor, 24 Months or 4,000 Hours; Drive Train, 60 Months or 5,000 Hours; Brakes, Preventive Maintenance Must Be Provi ded by Compnay or Proof Of Preventive Maintenance Must Be Provided. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The following FAR and DFAR clauses and /or provisions apply to this solicitation : 52.204-7, 52.211-6, 52.212-4, 252.204-7004 Alt a, 52.212-3, 52-212-5, 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33, 52.232-33, 52.232-33, 52.203-3, 252.225-7001, 252.225-7012, 252.243-7002. The full text of a clause or provision may be accessed electronically at this address: http://farsite.hill.af.mil . Vendors shall include with their quote a completed copy of FAR provision 52.213-3, Offeror Representations an d certifications- Commercial Items. Vendor must be registered in the Central Contractor Registration (CCR) database to receive award. All or none items. Awar d will be made to the lowest priced, responsible vendor having a satisfactory past performance record and who can meet the required delivery time. FOB Destination (Fort Bliss, TX 79916-6812). Refer any questions to Mr. Ruben Pino Jr., email ruben.pino@us .army.mil .
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01275046-W 20070419/070417221354 (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.