Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

61 -- BATTERIES FOR LANDOLL AND YALE FORKLIFTS

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP310009Q0011
 
Point of Contact
Vonda L DeBolt, Phone: (717) 770-6145
 
E-Mail Address
vonda.debolt@ddc.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement to purchase batteries for Landoll Bendi, Yale and Drexel Landoll forklifts. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) and Subpart 13.5 – Test Program For Certain Commercial Items of the Federal Acquisition Regulations (FAR) 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 is a Request for Quote (RFQ) and the solicitation number is SP3100-09-Q-0011. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-27 effective 17 October 2008 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20081020 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2008-60-61. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% set-aside for small Business concerns. The NAICS code applicable to this acquisition is 335911 and the small business size standard is 500 employees. CLIN 0001 – FLOODED CELL BATTERY LANDOLL BENDI FORKLIFT MODEL E35/48E180D VOLT: 48 TYPE: E-0 MAX DIMENSIONS: 38.5”L X 27.25”H CABLE LENGTH: 30 INCHES, CABLE POSITION: "B", CONNECTOR: BLUE 3 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0002 – FLOODED CELL BATTERY YALE FORKLIFT MODEL ERC060RGN36TE084 VOLT: 36 TYPE: E-0 CABLE LENGTH: 30 INCHES, CABLE POSITION: "B", CONNECTOR: ORANGE. 5 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0003 – FLOODED CELL BATTERY DREXEL (LANDOLL) PIVOT MAST FORKLIFT MODEL: SLF40 VOLT: 36 TYPE: E-0 CABLE LENGTH: 30 INCHES, CABLE POSITION: "B", CONNECTOR: ORANGE 3 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0004 – FLOODED CELL BATTERY WITH COVER YALE FORKLIFT MODEL ERC040AGN36TE084 VOLT: 36 TYPE: 18-85-19 CABLE LENGTH: 30 INCHES, CABLE POSITION: "B", CONNECTOR: RED 15 EACH @ $_______________ EACH = $_______________ TOTAL NOTE: ALL BATTERY(S) MUST MEET THE SPECIFICATIONS FOR THE MODELS SHOWN UNDER EACH CLIN. Delivery point is FOB DESTINATION to Defense Distribution Depot Susquehanna, Bldg. 203 Door 12 DDSP-UAS, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0789. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Payment for supplies under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. Addenda to FAR 52.212-1- Instructions to Offerors – Commercial Items: The following provisions are included in full text: DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52-212-2 Evaluation – Quotes will be evaluated in accordance with FAR 13.106. The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all CLINS. Therefore to be considered for award, a quote must be provided for all CLINS. FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Re-representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-39Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.222-50Combating Trafficking in Persons FAR 52.225-13Restriction on Certain Foreign Purchases FAR 52.232-36Payment by Third Party DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) Offerors responding to this announcement shall submit their quotations via FAX to Vonda DeBolt, 717-770-7591 or e-mail to vonda.debolt@dla.mil All quotes must be received by NOVEMBER 21, 2008 AT 3:30 PM EST to be considered for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=15038e0264725143365e08617e56aece&tab=core&_cview=1)
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA, BLDG 203, 5450 CARLISLE PIKE, MECHANICSBURG,, Pennsylvania, 17055, United States
Zip Code: 17055
 
Record
SN01701220-W 20081107/081105215408-15038e0264725143365e08617e56aece (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.