Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
SOLICITATION NOTICE

39 -- Material Handling Equipment

Notice Date
9/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD, LEXINGTON, KY, 40516-9723, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92222-07-R-1004
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutues the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to use a Federal Supply Schedule contract through GSA Advantage for this procurement; however, all quotes will be accepted. The Request for Quotation (RFQ) number is H92222-07-R-1004. This solicitation and incorporated clauses/ provisions are those in effect through Federal Acquisition Circular Fac 2005-16, Effective 22 Mar 2007 & & Class Deviation 2005-o0001, DFARS Current to Change Notice 20070327 Edition. This solicitation is a 100% Small Business Set-Aside - NAICS Code: 333924 - Size Standard - 750. FAR 52.211-6 Brand Name or Equal is applicable. CLIN 0001 - one (1) each Doosan G70S, 15,500 lb Internal Combustion Pneumatic Series Truck, Min Lift Capacity 6,000 lbs @224?, Min Fork Length 7l?, Min Turning Radius 22?, Min Aisle Width 22?, Min Lowered Height 103?, Min Extended Height 224?; CLIN 0002 - one (1) each Crown Turret Stock Selector, 155L x 60W (in) 3,000 lb capacity, 48 V electric heavy duty man up turret order selector, Min Fork Length 54?, Min Aisle Width 72?, Min Lowered Height 137?, Min Extended Height 273? (to include battery and charger); CLIN 0003 - one (1) each Crown Rider Pallet Truck, Min Lift Capacity 3,000 lbs, 24V electric, End Control, Min Fork Length 48?, CLIN 0004 ? one (1) each Work Assist Vehicle, Min Lift Capacity 500 lbs, 24V electric, Min Aisle Width 48?, Min Height Extended 168?. FAR 52.212-1, Instructions to Offerors - Commercial (Sep 2006) are hereby incorporated by reference. Award will be made to the technically acceptable offeror with the lowest price, see FAR 52.212-2 Evaluation Commercial Items (Jan 1999). All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items (Nov 2006). Clause 52.212-4, Contract Terms and conditions, Commercial Items (Feb 2007), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jun 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2007) (Deviation) are applicable to the acquisition; 52 .203-6, Restrictions on Subcontractor Sales to the Government; 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Oppor tunity (Mar 2007); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietn am Era, and Other Eligible Veterans (Sep 2006); 52.225-1 Buy American Act-Supplies (Jun 2003); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration; The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2007); 52.203-3 Gratuities; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023 (i), Transportation of Supplies by Sea and (ii) Alternate 1; DFARS 252.204-7004, Required Central Contractor Registration. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 o f the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementin g this statutory requirement.. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Proposals shall be received by e-mail not later than 5:00 PM 27 Sep 07. Email proposals to Kathleen.Henderson@sofsa.mil. For questions regarding this synopsis/solicitation please contact Kathleen Henderson by e-mail at Kathleen.Henderson@sofsa.mil.
 
Place of Performance
Address: 5749 Briar Hill Road, Lexington, KY
Zip Code: 40516-9721
Country: UNITED STATES
 
Record
SN01414774-W 20070924/070922223502 (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.