Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

39 -- 20,000LB FORKLIFT

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Hood, 1001 761st Tank Bat. Ave Room W103, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W45CMJ90711901
 
Response Due
4/3/2009
 
Archive Date
9/30/2009
 
Point of Contact
Name: Diana Thornley, Title: Account Manager, Phone: (254) 287-4103, Fax: (703) 442-7822
 
E-Mail Address
diana.thornley@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W45CMJ90711901 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 with a small business size standard of 100 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-04-03 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT HOOD, TX 76544 The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, 20,000lb Diesel Forklift, HYSTER MODEL H210HD (CUMMINS DIESEL 6.7L TURBOCHARGED ENGEINE); SPECIFICATION REQUIRED LISTED: Standard Features Include 2 Stage Limited Free Lift Mast, Cummins Diesel 6.7L Turbocharged Engine, Power Train Protection, 24 Volt Electrical System, 3 Speed Autoshift Transmission, Independently Adjustable Armrest, Multi-function Display Panel, Isolated Mounting, Handrails for Operator Entry and Exit, Mechanical Full Suspension Vinyl Seat, Floormat, Telescopic, Tilt Steering Wheel, Overhead Exhaust, Load Sensing Steering, 70 Amp Alternator, Puller Fan, Planetary Drive Axle, Air Brakes with Air System Drier, 12-24 Volt DC Converter, Horn, Operator Restraint System, Literature Package: Operating Manual and Parts Manual, Operating manual, U.L. Classification D, Operator Presence System (OPS) 12 Month/2,000 Hours Manufacturing Warranty. ENGINE: Diesel - Cummins 6.7L Turbocharged 155HP EPA Emissions TRANSMISSION: Spicer Off-Highway TE-10 3 Speed Auto Shift - BRAKES: Air with Air System Drier MAST: 2 Stage Limit Free Lift (LFL); Max Fork Ht 183", Overall Lowered Ht 150" - DUAL FUNCTION SIDESHIFT FORK POSITIONER: 2 Stage LFL 92.5" (2350mm) Pin Type FORKS: Pin Type - DFSSFP 70mm x 203mm (2.75" x 8") 96" (2438mm) Long - MAST TILT: 20.5 fwd / 7 back (2 Stage Mast or DFSSFP) - HYDRAULIC VALVE: Control Levers: 5 Function [3 Levers, 2 Rocker Switches) - Not for use with Clamps (For SSFP & DFSSFP) - HOSE GROUP: 2 Stg LFL 3 Aux. Function - For DFSSFP Includes Selector Valve - External Mounted DRIVE/STEER TIRES: 10:00 -20 16 Ply Premium Super Lug Off Road Tires - Comfort Cab II - Includes: Tinted Curved Glass; Circulation Fan; Heater & Defroster; Electric Wiper & Windshield Washer Front, Rear & Top; Intermittent Front Wiper; Steel Framed Glass Doors; Door Retainer; 3 Speed Fan; 12 Volt Auxiliary Power Source; Dome Light. Raises Truck Height by 2.5". Includes Air Conditioning. - DIRECTIONAL CONTROL: Control Lever - SEAT: Mechanical Suspension Seat: Vinyl AIR CLEANER: Exhaust Aspirated Precleaner (Includes Secondary Element) - ENGINE FAN: Puller Fan LIGHTS: 2 Brake & Backup, 2 Mast Mounted Work & 2 Rear Drive Lights - VISIBLE ALARM: Amber Strobe Light - Keyswitch Activated, Top Mounted - AUDIBLE ALARM: Alarm - Reverse Direction Activated 82-102 dB (A) - Self Adjusting SERVICE ACCESS: Manual Operator Compartment Tilt ACCESSORIES: Accumulator - 2.5 Liter Piston LITERATURE PACK: Parts Manual & Operating Manual - Warranty: USA Standard Warranty 12Mo/2000 Hours - Pays Parts, Labor, Diagnostics, and Travel., 1, EA; For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. This solicitation has been amended to:(1).(2).(3). Etc.All other terms and conditions remain the same. NAICS Code __423830_____must be on Contractor's CCR and ORCA before a bid can be accepted Provide best delivery date. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. See attached applicable provisions and clauses. Response from vendors is required, if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to clientservices@fedbid.com. Proposed responders must submit any questions concerning this solicitation before 30 Mar 2009, 1:00pm CST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 days after submission. FOB Destination CONUS (CONtinental U.S.)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=40e45652cedd0048b4cea1358172206b&tab=core&_cview=1)
 
Place of Performance
Address: FORT HOOD, TX 76544<br />
Zip Code: 76544-5052<br />
 
Record
SN01777782-W 20090327/090325220642-f25fd70dc32889066dd7f0265af34fe7 (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.