Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2008 FBO #2321
SOLICITATION NOTICE

65 -- PROVUE INSTRUMENT

Notice Date
4/1/2008
 
Notice Type
Solicitation Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V2300-0130
 
Response Due
5/1/2008
 
Archive Date
6/30/2008
 
Point of Contact
Melissa Kwiatkowski
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, 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. This solicitation RFQ- V9133-0102A is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Melissa A. Kwiatkowski. The North American Industry Classification System (NAICS) number is 423830 and the business size standard is 100. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Small disabled veteran owned small businesses are encouraged to submit offers. This requirement is manufacturer by Rico Equipment Inc and Dougherty Equipment Company, Inc. This requirement is unrestricted. Listed below are the required line items for this solicitation:0001 BP Rico Model PWH-100 heavy duty walkie electric pallet jack- 10,000-lbs capacity built especially for US Air Force 463L Pallet. Built to U/L 583 specifications. Voltage: 24cv, lift: 6", Controls: infinitely variable transistor control, Steering: walkie manual steering, Drive wheel: (1) 10"x 5" polytread- non-marking, load wheel: (4) 3 ¼" x 4 3/8" polytread, Battery compartment 13 ½"x 31 ½" x open for overhead removal, Battery connector: SB-175 Gray, Drive motor: Heavy duty with class "H" insulation, Travel speed: 3.0+ mph Empty, Hydraulic controls: infinitely variable spool valve for full feather operation, Paint: safety orange, Chassis width: 54" O.A.W., Chassis length: 136" O.A.L., Forks: 54" OD x 96" Long with 34" ID (10-34-10), Lowered height: 3 ¼"- 3 ½" lowered height, Brakes: heavy duty mechanical disc- fail safe, Safety features: horn, hand guards, dead-man braking, key, BDI/Hourmeter x/L.C. and belley, button reversing switchMFR: Rico Equipment IncMFR PN: PW H-100 or equal 2 EA ________________ _______________0002 Yale Model- Powered cushion tire lift truck- SPECIFICATIONS: Basic Capacity: 10,000 lb. @ 24" load center to, Yale-made mast: Yale Hi-Vis Simplex, Collapsed height: 96", Max fork height: 133", Free lift: 5.5", Tilt: 5 fwd.\ 6 rwd., Load backrest: 48" high, Forks: 96" x 6" x 2.25", Drive tires: 22 X 12 X 16 -solid rubber tires, Trail tires: 18 x 8 x 12.1 - solid rubber tires- ADDITIONAL STANDARD FEATURES: Integrated Dashboard Display, Low Fuel Indicator, Continuous Stability Enhancement System , Single Pedal Inch Brake, Cowl Mounted Mechanical Hydraulic Control Levers, Adjustable Steering Column, Forward / Reverse Direction Lever, Keyswitch Start with Anti-restart, Power Steering, Non-Suspension Vinyl Seat, High Air Intake, Floor Mat , Operator Restraint System w/ No-Cinch Seat Belt, Swing Out LPG Tank Bracket, U.L. Classification LP, Operator Presence System, 86" (2175mm) Overhead Guard, Integral Tie Downs, 12" Steering Wheel with Wheel Spinner Knob, Operating Manual12 Months / 2,000 Hours Manufacturer's Warranty, 24 Months / 4,000 Hours Manufacturer's Powertrain WarrantyMFR: Dougherty Equipment Company, IncMFR PN: GLC100VX or equal 1 EA FOB destination delivery date of 15 March 2008 to 437th MDSS/SGSL, 105 Arthur Drive - Bldg 1001, Charleston, SC 29404-4704. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Past Performance and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 15,16,17,18, 19, 21, 24, 29, 31 and 37. 52.233-2, Service of Protest. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.233-1, Disputes; 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; 52.233-1, Disputes.Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. **Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Melissa A. Kwiatkowski, no later than 4:00 P.M. eastern daylight time on 18 March 2008. Contact Melissa A. Kwiatowski, Purchasing Agent, at 301-619-7761 or FAX 301-619-3613 or by email at Melissa.kwiatkowski@AMEDD.army.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-APR-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-APR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/V2300-0130/listing.html)
 
Record
SN01546365-F 20080404/080403042704 (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.