Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

39 -- Pallet Jack

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4830-07-Q-0046
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
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, 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. The solicitation number for this procurement is FA4830-07-Q-0046 and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18, Defense Acquisition Circular (DAC) 91-13 correction, DFARS Change Notice (DCN) 20070531, and Air Force Acquisition Circular (AFAC) 2007-0531. This solicitation will be issued as a small business set-aside IAW FAR 19.502-2. The North American Industry Classification System is 333924. The small business size is 750 employees. The BID SCHEDULE shall be for: LINE ITEM 0001 QTY 1 EA: Heavy Duty Walkie Electric Pallet Jack- New BP Rico Model PWH-100 Heavy Duty Walkie Electric Pallet Jack 10,000 lbs capacity built especially for 463L pallet Built to U/L 583 specifications Type E 10000 lbs Voltage: 24cv Lift: 6" Controls: Infinitely Variable Transistor Control Drive Wheel: one 10" x 5" polytread Load Wheel: four 3 1/4" x 4 3/8" polytread Battery Compartment: 13 1/2" x 31 1/2" x open for overhead removal Battery Connector: SB-175 Gray Drive Motor: Heavy Duty with Class H Insulation Travel Speed 3.0+ mph empty Hydraulic Controls: Infinitely Variable Spool Valve for full feather operation Paint Safety Orange Chassis width 54" O.A.W. Chassis Length 136" O.A.L. Forks 54" OD x 96" Long with 34" ID (10-34-10) Lowered Height 3 1/4" - 3 1/2" Lowered Height Brakes Heavy Duty Mechanical Disc Fail Safe Safety Features: Horn, Hand Guards, Dead-man braking key, BDI/Hourmeter wL.C and belley, Button Reversing Switch LINE ITEM 0002 QTY 1 EA: Heavy Duty 24 volt Industrial Battery- Heavy Duty 24 volt Industrial Battery Model 12-85-13, 24-volts, 510 amp hour capacity to fully run unit for eight hour shif before recharging. LINE ITEM 0003 QTY 1 EA: Heavy Duty Industrial Battery Charger- H.D. Industrial Charger Model PH1R12.550 24 volts, single phase, to fully charge battery in seven hours or less. Equipped with auto stop/start to prevent overcharging of battery Part numbers listed above have been provided by American Material Handling, Inc. All items quoted must be the exact items listed OR EQUAL. The contracting officer will determine if the quoted products are suitable substitutions making them qualify as an OR EQUAL product. DELIVERY: Shall be delivered to MOODY AFB GA 31699. FOB POINT: Destination price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the Best Value offer. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X/ FAR 52.214-21, Descriptive Literature, / X / FAR 52.219-6, Notice of Total Small Business Set-Aside. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 24 Aug 2007. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. MULTIPLE AWARDS WILL NOT BE MADE FROM THIS COMBINED SYNOPSIS/SOLICITATION. FACSIMILE OFFERS WILL BE ACCEPTED. Contracting Officer: James Kessel (229) 257-4715. The point of contact for this solicitation is A1C Adams, Ashley 229-257-4712, 229-257-4032 (fax), ashley.adams@moody.af.mil
 
Place of Performance
Address: Moody AFB, GA
Zip Code: 31699
Country: UNITED STATES
 
Record
SN01373420-W 20070817/070815220904 (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.