Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

39 -- Clarification of Forklift Specifications

Notice Date
4/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-09-T-TC13
 
Response Due
4/10/2009
 
Archive Date
6/9/2009
 
Point of Contact
Thomas Campana, 410-278-0876<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-09-T-TC13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-26. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 423830 and the Business Size Standard is 750. The Government contemplates award of a Firm-Fixed Price contract. Description of Requirement: Description of Requirement: ITEM 00011 EACH FORKLIFT YALE SERIES C809, MODEL GC030VX MODEL; GC030VX LPG MAZDA 2.0L, ELEC I SPD, DRUM SYSTEM MONITORING - MAZDA LPG START; WITH KEY SWITCH RADIATOR: SERPENTINE - MAZDA GAS/LP HIGH AIR INTAKE: WITH PRECLEANER DlR CONTROL: LEVER - LP ENG WIELEC XMSN LPG BRACKET: SWING OUT MAZDA 30 UL APPROVAL: TYPE LP MAZDA INCH BRAKE: DUAL PEDAL MAST: 3 STG FFL 82/137 inch (208014750) CL2 CARRIAGE: 3 STG FFL 35.7 inch (907MM) CL 2 QDS W/TUBES:2/3STG FFL CL2 std CRG 3&4FN 2 AUX HOSE GRP - 3 STAGE FFL MAST TILT: 5 FWD/5 BACK LBR: 35.7W 48H FOR STD CRG CLS 2 FORKS: 40X100X1067MM (1.6X3.9X42 inch ) CL 2 OVERHEAD GUARD: TALL (83 inch - 2088MM) TREAD: NARROW DRIVE: 18X7X12.1 LUG RUBBER-NARROW TREAD STEER: 15X5XI 1.25 SMOOTH RUBBER SEAT: NON-SUSP VINYL W/COWL MTD HYD MECHANICAL 4 FN FOR NON CLAMP 4 FUNCTION VALVE: MECHANICAL LlGHTS:2 FRONT & I REAR WORK HALOGEN VISIBLE Alarm: AMBER LED STROBE LOW MT STEERING WHEEL WITHOUT SPINNER KNOB LITERATURE PACKAGE: ENGLISH U.S. ACCESS: 82-102 DB(A) AUDlBLE alarm ACCESS: FIRE EXTINGUISHER Warning SYSTEM-REAR DRIVE HANDLE W/HORN Attachment Installation with High Termination Cascade 55K-FPSHA045 Fork Positioner wi Sideshift 2 Function Installation Kit Clear Cap Rain Diverter ITEM 00021 EACHFORKLIFT YALE MODEL NR040DA FAR 52.211-6 BRAND NAME OR EQUAL APPLIES Model: NR040DA 4000 Ib Capacity Narrow Aisle Reach Truck with Standard Programmable AC Traction, AC Hydraulics, AC Electric power Steering and Fully Integrated Digital CAN bus Control Mast: 3 Stage Full Free Lift (FFL) 212 inch/95 inch /56 inch Carriage, Single Reach Assembly with Integral Sideshifter 24 inch Extend With 33.5 inch Wide Class II Hook Type Carriage Note: Standard Sideshift Includes 7 inch Travel (3.5 inch each side). Sideshift Travel will be Reduced to 3 Total (1.5 inch each side) When Outrigger I.D. is less than 39 inch Load Backrest Extension: 48 inch High for 33.5 inch Wide Forks: 1.8 inch x 3.9 inch x 42 inch Long Battery Compartment 16.5 inch Large (39.0 inch x 16.5 inch x 31.5 inch ) Note; Maximum fork Height Mast 272 inch, Battery Weight Range: 1850 -2350 Ibs.. BATTERY SPACER GROUP; 38 inch TO 39 inch Outrigger style: Blunt Outriggers (ID): 34 inch ID Outrigger Bars Drive Tires; 12 X 5.5 inch Poly Load Wheels: 5 inch X 3.9 inch with Sealed Bearings Articulating Tandem Wheels - High Load Compound OPERATOR CONTROLS: Sidestance wIth Comfort Package Comfort Package lncludes EZ Ride Floor, Adjustable Backrest and Armrest Support. Operator Adjustable SteerIng Wheel Position and Additional Storage Compartment Sidestance Control Handle Orientation - Push-Pulll Travel Control Wheel Box Type: Weld-On Box - Use with 5 inch X 3.9 inch Load Wheels Steering Control Option: Automotive Monitoring System: Premium Display includes: Performance Mode Select, Operator's Checklist Maintenance Reminders, Clock, & Operator Password Voltage: 36 Volt Includes AMP 350 Gray Battery Connector Note: Battery Cable Requirement - Cable Positon B -16 inch Lead Length UL Type; Type E Includes: UL Label Construction: Standard - Operating Temperatures: +32 F to +120 F Start: Keyless start toggle switch replaces standard key switch Amber LED Strobe ~ Continuous operation with Key-On. Audible A!arm: Motion Alarm-Forward And Reverse Operation Accessory: Load Weight Display Digital Readout in Pounds of the Load on the Forks (up"to 21 inches Above Freelilft). Note: Premium Display, G01002 Required on Order Fire Extinguisher Literature Package: Decals, Markings and Operator Manual Required for Units Shipped to the US Destinations. GNB 18-125-13 Flooded Battery 36 volt 750ah w/5 year warranty Helmar 36 Volt 750ah Battery Charger 3phz FAR 52.211-6 BRAND NAME OR EQUAL APPLIES Delivery required NLT 30 days after receipt of order. Prices shall include freight and shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. Acceptance shall be at destination. 52.211-6 Brand Name or Equal. BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 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 52.222-19 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 Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 12:00 PM EST April 10, 2009 via fax at 410-306-3806 or email to thomas.campanajr@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Thomas Campana, Acquisition Project Officer, via email at thomas.campanajr@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8032c70648954af8dccf4cc847c598a1&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
Zip Code: 21005-3013<br />
 
Record
SN01788823-W 20090410/090408221004-8032c70648954af8dccf4cc847c598a1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.