Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
MODIFICATION

W -- FORKLIFT RENTAL

Notice Date
1/31/2008
 
Notice Type
Modification
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Transition Recovery Office - MS, 220 Popps Ferry Road, Biloxi, MS, 39531, UNITED STATES
 
ZIP Code
39531
 
Solicitation Number
HSFEMS-08-Q-0009
 
Response Due
2/8/2008
 
Archive Date
2/23/2008
 
Point of Contact
William McGrattan, Contract Specialist, Phone 228.594.3090, Fax 228.385.7879, - Betty Jo Spiering, Lead Contract Specialist, Phone 228-594-3083, Fax 228-385-7879
 
E-Mail Address
william.mcgrattan@dhs.gov, bettyjo.spiering@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment increases the total number of forklifts from five (5) to Six (6). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and 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. The solicitation number is HSFEMS-08-Q-0009 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The North American Industry Classification System (NAICS) number is 532490. The SBA size standard in millions of dollars is $6.0. This is 100% set-aside for Small Business firms located in the Presidential Declared Disaster Area for Hurricane Katrina. The FEMA Biloxi TRO intends to rent five forklifts as described below. CLIN 0001: BASE PERIOD: Provide Monthly Rental of Six (6) Forklifts powered by LPG, big pneumatic tires for mixed indoor or outdoor use, 5,000 pound lift capacity, four foot long forks with 5,000 to 7,000 pound lift and hold capability. One forklift must have an interchangeable ball at 2 inch ball and a 2 5/16 inch ball for towing capability. All forklifts shall have the capability of lateral and tilting movement of the forks as an operator option. All forklifts must be equipped with back up alarms, and flashing lights. Base Period shall be for 12 months beginning with delivery of forklifts. The rental of one or more of the forklifts may be discontinued as the Governments needs change. CLIN 0002: OPTION PERIOD #1: Option Period Number 1 shall begin immediately following the last day of the Base Period and continue for 12 months. CLIN 0003: Maintenance shall be performed on these units on a bi-monthly schedule and shall consist of a tune-up for each unit. DELIVERY: Within Five (5) workdays of award, Five (5) forklifts, including the forklift with towing capability, shall be delivered to the Purvis Warehouse at 177 Central Industrial Row, Purvis, MS 39475 and one (1) forklift shall be delivered to FEMA TRO at 220 Popps Ferry Road, Biloxi, MS 39531. The provisions at FAR 52.212.1, Instructions to Offerors-Commercial Items; the provisions at FAR 52-212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.226-3, Disaster or Emergency Area Representation; 52.217-8, Option to Extend Services, and 52.217-9, Option to Extend the Term of the Contract; and FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. The following FAR clauses identified in FAR Clause 52-212-5 are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity,; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52-225-1, Buy American Act---Supplies; 52-225-13, Restrictions on Certain Foreign Purchases; 52-226-4, Notice of Disaster or Emergency Area Set-Aside; and 52-226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items shall be included with the offeror?s quote. The full text of a FAR clause may be accessed at http://www.acqnet.gov/far. This procurement is being conducted under simplified acquisition procedures in FAR Part 13. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead; formal quote form, etc; but must include the following information: (1) Pricing; (2) Company Tax Information and DUNS Number. CCR Requirement?Contractors must be registered on Central Contractor Registration (CCR) before an award can be made to them. If a contractor is not registered in CCR, they may do so by going to the CCR web site at http://www.ccr.gov. Questions must be in writing and may be directed to William (Mike) McGrattan, Contract Specialist, at William.Mcgrattan@dhs.gov or may be faxed to William (Mike) Mcgrattan at 228-385-7879, email is preferred. All questions should be received NLT 4:30 pm on January 24, 2008 in order to provide a response. All responses will be posted to FEDBIZOPPS. Quotes are due by COB on February 1, 2008 and may be submitted by email to William.Mcgrattan@dhs.gov, FAX 228-385-7879, or mailed to William (Mike) McGrattan, Contract Specialist, 220 Popps Ferry Road, Biloxi MS 39531-3913. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/FEMA/JFO-MS/HSFEMS-08-Q-0009/listing.html)
 
Place of Performance
Address: DHS FEMA TRO 220 POPPS FERRY ROAD, BILOXI, MS
Zip Code: 39531-3913
Country: UNITED STATES
 
Record
SN01497921-F 20080202/080131231700 (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.