Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2008 FBO #2290
SOLICITATION NOTICE

23 -- 2-man Electric scissor lift

Notice Date
3/2/2008
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, GU, 96543-4040, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1C0RH8043A002-Kimpel
 
Response Due
3/7/2008
 
Archive Date
3/22/2008
 
Point of Contact
Jason Kimpel, Contract Specialist, Phone 671-366-6620, Fax 671-366-1103, - Brett Clark, Contract Administrator, Phone 671-366-7110, Fax 671-366-1103
 
E-Mail Address
jason.kimpel@andersen.af.mil, brett.clark@andersen.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 36th Contracting Squadron at Andersen AFB Guam intends to award a purchase order under Simplified Acquisition Procedures (SAP) for purchase of a two man electric scissor lift Genie (2032) or equals. This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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 is F1C0RH8043A002 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-19 and Defense Acquisition Circular 91-13. This solicitation is100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The North American Industry Classification System Code (NAICS) is 423830, size standard 500 employees. The contractor shall provide the following supplies: Purchase of 2 man, (GENIE GE-2032) or equals electric scissor lift , lift capacity 800 lbs, power source 24 V DC, working maximum height 26 ft, platform height maximum 20 ft, flatform height stowed 3ft 4.5 in, platform length 7 ft 5 in, outside extended 10 ft 5 in, slide out platform extension deck 3ft, platform width-outside 2 ft 8 in, guardrail height:fixed rails fold down rails(CE) 3 ft 3 in, Toeboard height 6 in, Height stowed: fixed rails 6ft 8 in, folding guardrails (CE) 7ft, rails folded 5 ft 9 in, Length stowed: 8ft, Length extended 10ft 11 in, Width 2ft 8 in, Wheelbase 6ft 1in, Ground clearance-center 3.5 in, or equals, includes shipping. Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered (if applicable) along with their quote. The technical literature submitted needs to clearly communicate that the offeror understands the minimum requirements and compliance issues as set forth in the RFQ. Discussions may or may not be held with offeror; therefore, the initial proposal of each offeror should be complete and accurate. FOB destination is required by the Government. FOB point is Andersen AFB, Guam. Please include shipping prices via commercial shipping directly to Guam as well as shipping to Tracy, CA. The required delivery date is 45 days ADC. Offerors must provide warranty information specific to all equipment as well as provide all materials, labor, and transportation necessary to provide this supply. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. Award will be made to the offeror whose proposal represents the best value to the Government. Alternative proposals may be considered and accepted. 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2007)-The preferred method is for the offeror to complete this requirement on the ORCA link at the Business Partners Network website, http://bpn.gov.; 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2007); 52.211-6 ? Brand Name or Equal (Aug 1999)(if on PR); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 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 Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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 the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005)(use this clause if using 252.225-7001); 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005)(use this clause for supplies $25K); 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Oct 2006)(use Alt I if Alt I is used for 252.225-7036); 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Mar 2007)(use Alt I $25K-$64,786-use basic $64,786-$193,000); 252.232-7003 Electronic Submission of Payment Requests (Mar 2007); 252.247-7023(ALT III) Transportation of Supplies by Sea (May 2002); 5352.201-9101 Ombudsman (Aug 2005). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov/. Confirmation of CCR registration must be obtained before award can be made. Quotes should reference RFQ No.F1C0RH8043A002. The POC for this acquisition is Jason Kimpel (671) 366-6620; Fax (671) 366-1103, E-Mail: jason.kimpel@andersen.af.mil Quotes may be mailed to 36th Contracting Squadron/ LGCB, Attn: Jason C. Kimpel, Unit 14040, Bldg 17000, APO AP 96543. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, or postal mail by 7 March 2008, 12:00pm Chamorro Standard Time.
 
Place of Performance
Address: 36 Contracting Squadron, Unit 14040, APO-AP
Zip Code: 96543-4040
Country: UNITED STATES
 
Record
SN01522036-W 20080304/080302223446 (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.