Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

39 -- Lease of 5 each Telescopic Forklift 10,000 lb Capacity

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W91LE58003C052
 
Response Due
2/20/2008
 
Archive Date
4/20/2008
 
Point of Contact
Jeffrey Roberts, 907 384-7104
 
E-Mail Address
Email your questions to ACA, Fort Richardson
(jeffrey.c.roberts1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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; propos als are being requested and a written solicitation will not be issued. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W91LE58003C052 (iii)The solicitation document and incorporated provisions and clauses are thos e in effect through Federal Acquisition Circular 2005-17 (iv) This acquisition is for full and open competition. The associated NAICS code for this acquisition is 532412 and the small business size standard is 100 employees. (v) LINE ITEM 0001; Lease of 5 each Telescopic Forklift 10,000 lb Capacity with Cab, 48 inch Forks Lift Height: 144 inch Minimum Forks: 48 inch nominal Side Shift, Operator Compartment: Heated, Turn Radius: 145 inch maximum, Gross Vehicle Weight: Not to exceed 26,000 lbs, and Back up alarm, Strobe Light. Brand model: Pettibone 10044 (or equivalent) Top speed of 23 M.P.H. Cross country mobility equal to the 6,000 lb. Capacity variable reach rough terrain forklift lift capacity: 4,000 lbs. at 21.5 feet, 6,000 lbs. at 13 feet, 10,000 lbs. at 4 feet, 48 inch load center with the primary mission to lift and load/unload pallets from ISO 20 containers, Four-wheel drive, Diesel-engine-driven, Variable reach boom type truck, The truck shall not be equipped with stabilizers or outriggers, Operator Compartment: Heated Cab The truck shall be rated at 6,000 pounds at 24-inch load center with the 6,000-pound capacity carriage mounted and shall be rated at 10,000 pounds at 48-inch load center with the 10,000-pound capacity carriage mounted. Prov ide both daily and monthly rates Variable reach, rough terrain forklift: LINE ITEM 0002 Tire Chains (1 pair per each unit) Provide both daily and monthly rates LINE ITEM 0003 Transportation cost for Delivery and Pick Up of each Unit LINE ITEM 000 4 Maintenance Support Plan with a 2-hour service call-out to include after hours and weekends and replacement units for breakdowns over 48 Hours (vi) Lease of 5 each 10,000 pound forklifts until estimated June 30 2008 (vii)FOB destination: delivery of operational forklifts to Fort Richardson, Alaska by 4:00 PM Alaska Standard Time February 21, 2008. (viii)The following provisions apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JAN 2006) (ix)FAR 52.212-2 Evaluatio n -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Th e following factors shall be used to evaluate offers: Price, technical capability, delivery date and past performance. Price will be more significant evaluation factor than technical, delivery and past performance combined. Delivery schedule when combined with technical capability are more important than past performance, (x) All offers must include a completed copy of the provision at FAR 52.212-3 offeror representations and certifications--commercial Items (JUN 2006) or be current on the ORCA website . (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (SEP 2005), (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive OrdersCommercial Items (SEP 2006), (xiii) 52.203-3  Gratuities, 52.203 -6 -- Restrictions on Subcontractor Sales to the Government Alternate I, (Oct 1995). 52.204-7 -- Central Contractor Registration, 52.211-6 -- Brand Name or Equal (Aug 1999), 52.214-21 -- Descriptive Literature, 52.214-22 -- Evaluation of Bids for Multiple Awards. FAR 52.222-3, Convict Labor (JUNE 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), FAR 52.222-21 Prohibition o f Segregated Facilities (Feb 1999), 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002), 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Ve terans. 52.222-36 -- Affirmative Action for Workers With Disabilities.52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds TransferCentral Contrac tor Registration (OCT 2003), FAR 52.247-34 F.O.B. Destination (NOV 1991), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate, 252.225-7036 Buy American Act --Free Trade Agreements--Balance of Payments Program, FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006), DFAR 252.204-7003 Control Of Government Personnel Work Product (APR 1992), DFAR 252.232-7003 Electronic Submission of Payment Request s (MAY 2006), DFAR 252.232-7010 Levies on Contract Payments (DEC 2006) (xiv)The full text of clauses and provisions can be accessed at the following web addresses: www.acqnet.gov/FAR and www.acq.osd.mil/dpap/dars/dFARs/index.htm (xv) No applicable number notes (xvi) All offers are due no later than 12:00 PM, Alaska Time, February 20 2008 via fax (907) 384-7112 or email jeffrey.c.roberts1@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii) For further information contact Jeff Roberts @ (907) 384-7104.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01508021-W 20080215/080213224606 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.