Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

W -- Fort Carson Forklift Rentals

Notice Date
5/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0192
 
Response Due
5/14/2009 11:59:00 PM
 
Archive Date
7/13/2009
 
Point of Contact
Nicole Mintus, 526-6632<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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. Quotes shall reference solicitation number W911RZ-09-T-0192. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. Fort Carson intends to award a Firm-Fixed-Price Contract for a one-year lease of four forklifts. The North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $7.0 million. This requirement is set aside 100% for SDVOSB. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 One year forklift lease 5 June 2009 5 June 2010. GEHL Model #RS6-42 reach Diesel forklift. Forklift shall have the capability of lifting 6,600 lbs variable reach and have a lift height of 42 ft. Additional specifications: All weather cab enclosure(includes openable front and rear windows with front and roof wiper, heater, defroster. High back bucket seat with retractable seatbelt. Auxiliary hydraulic package for two joystick control. Light package(work lights, hazard switch, and rear turn signals). 6,600 LBS capacity. Lift hieght-42. Automatic self leveling fork system. Brand name or equal. Quantity: 2 each CLIN 0002 One year forklift lease 5 June 2009 5 June 2010 Yale Model#GDP360 Diesel Forklift. Forklift shall have the capability of lifting up to 36,000lb @ 24 load center. The Yale-made mast is Yale Global Hi-Vis Simplex. Collapsed height is 176. The fork height is 212. The tilt is 20.5 fwd.\ 7 rwd. Forklift also includes Side-shifting fork-positioner and 96 long pin type pallet forks. Brand name or equal Quantity:2each **If the contractor proposes forklifts other than the specific brand and model requested, the contractor shall provide detailed specifications of the forklifts offered with the quote. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 Brand Name or Equal, 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country) Clauses: 52.203-3 Gratuities, 52.204-7 (Central Contractor Registration), 52.208-4 (Vehicle Lease Payments), 52.208-5 (Condition of Leased Vehicles), 52.208-6 (Marking of Leased Vehicles), 52.208-7 (Tagging of Leased Vehicles), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-8 (Utilization of Small Business Concerns), 52.219-14 (Limitations on Subcontracting), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child LaborCooperation With Authorities and Remedies), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), 52.222-50 (Combat Trafficking in Persons), 52.225-13 Restrictions on Certain Foreign Purchases, 52.228-8 (Liability and Insurance Leased Motor Vehicles), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.252-2 (Clauses Incorporated by Reference), 252.201-7000 (Contracting Officer's Representative), 252.204-7004 Alternate A (Central Contractor Registration), 252.209-7004 (Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country), 252.211-7003 Alt I (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable 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: price and past performance. The item offered must meet the minimum specifications listed in the CLIN description. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Nicole Mintus, Contract Specialist, and e-mailed to nicole.mintus@us.army.mil. All questions or inquires must be submitted in writing no later than 12:00 p.m. Mountain Time on 7 May 2009. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 12:00 p.m. Mountain Time on 14 May 2009. Quotes may be faxed to (719) 526-5333 attn: Nicole Mintus, or e-mailed to nicole.mintus@us.army.mil. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. If the contractor is quoting forklifts other than the brand name and model requested, the contractor shall provide the manufacturers name, model number and detailed specifications of the forklifts in their quote. Ship to: CW2 Bolton 183rd SSA BLDG 8030 O Connell ST W80BTZ Zone 5 Fort Carson, CO 80913
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=42d6202d4313730b52d36b5bef7f462e&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01809776-W 20090507/090505222202-a462e2ee5d2515dd3932615fc2675ba7 (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.