Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

39 -- Multi-Directional Forklift

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER08R0034
 
Response Due
4/7/2008
 
Archive Date
6/6/2008
 
Point of Contact
Lynn.C.Johnson, 540-665-6655
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Transatlantic Programs Center
(lynn.c.johnson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
. The original synopsis/solicitation is changed to require a U.S. manufactured forklift, remove the brand name or equal requirement, revise the proposal due date and change POC and Contracting Officer information. This is a combin ed 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 an d a written solicitation will not be issued. This announcement is for the purpose of soliciting contractors interested in submitting an offer to provide one (1) new (current year) multi-directional forklift . All U. S. small business contractors are invi ted to participate in this solicitation. The provisions at 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations & Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. These references may be viewed at www.arnet.gov/far/. SPECIFICATIONS: the forklift must be manu factured in the U.S. A diesel engine powered, multi-directional, designed for handling long loads in confined area, suitable for use both inside and outside, a four way steering system activated by push button. The maximum lift height should be 159, Heigh t of closed mast 113, Maximum Mast Raised height 201, Overall length 94, Mast Travel 49, Ground Clearance 6, Width 86, Outside spread of fork arms 53, front track 78, wheel base 75, capable of approach angle of 45 degrees, ramp angle of 28 degrees , forward tilt of 3 degrees, backward tilt of 5 degrees, a minimum outside radius of 92 , a platform height of 21 and a platform length of 47. Reasonable variance allowed if design allows these same functions and capabilities. STANDARDS COMPLIANCE ANSI. Also include: Operators tool kit, Two (2) full sets of operations and maintenance (O&M) manuals including major repair, detailed parts list and all applicable instruction and data sheets. The scope of the manuals is to enable third echelon maintenance after the warranty period has expired. TERMS OF DELIVERY: Pricing will be at the vendors loading doc, FOB Origin, packaged for overseas shipment. Vendors are to certify that no shipping has been included in the unit price. The vendor will provide notice of availability to the Egyptian Freight Forwarder for pickup. CONTRACTING PROCEDURES: The solicitation will be a request for proposal (RFP). The award will be made to a U.S small business through the lowest priced technically acceptable (LPTA) vendor process. The contract will be awarded to a small business on a firm-fixed price basis. SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contrac ting officer: 1.The request for Proposal Number (W912ER-08-R-0034); 2. Schedule of Item with Pricing; 3. Contractor Central Registration (CCR) number; 4. A complete copy of the certifications at 52.212-3; Offeror Representations and Certification-Commerci al Items (Nov 2006). Any contractor interested in obtaining a contract award with the US Army Corps of Engineers must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Offers are due no later than April 7, 2008 at 2:00 P M Eastern Standard Time. Offers received after this date and time will not be considered for award. Preferred method of proposal delivery is via e-mail to both Barbara.V.Byam@usace.army.mil and Lynn.C.Johnson@usace.army.mil. The postal mailing address is US Army Corps of Engineers, Transatlantic Programs Center, ATTN: CETAC-A (Mr. Lynn Johnson), 201 Prince Frederick Drive, Winchester VA 22602. The anticipated date of award is on or about April 15 2008. This solicitation is distributed solely through the General Services Administration Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of this solicitation document will not be available . All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information ab out this acquisition. POINT OF CONTACT: Mr Lynn Johnson, 540-665-6655; Email your question to US Army Corps of Engineers, Transatlantic Programs Center at Lynn.C.Johnson@usace.army.mil P.O. Box 2250, Winchester VA Postal Code: 22604-1450 Country: US
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
Country: US
 
Record
SN01535376-W 20080320/080318224651 (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.