Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

39 -- Provide Yale Narrow Aisle Reach Truck for the Oregon Army National Guard

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W909K1-0069-3001
 
Response Due
8/12/2010
 
Archive Date
10/11/2010
 
Point of Contact
Brandy Kloock, 503-584-3769
 
E-Mail Address
USPFO for Oregon
(brandy.kloock@ng.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation is W909K1-0069-3001 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 12 Aug 10, 1:00 p.m. Oregon Local Time. The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 423120. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes t o procure the following supply or services: Specifications: " Model: NRO3SDA 3500 lb Capacity Narrow Aisle Reach Truck with Standard Programmable AC Traction, AC Hydraulics, AC Electric Power Steering and Fully Integrated Digital CANbus Control " Mast: 3 Stage Full Free Lift (FF1) 203191152 " Carriage: Single Reach Assembly Without Integral Sideshifter 24 Extend With 33.5 Wide Class II Hook Type Carriage " Load Backrest Extension: 36 High for 33.5 Wide Carriage " Forks: 1.6 x 3.9 x 42 Long " Battery Compartment: 14.5 Medium (39.0 x 14.5 x 31.5) Note: Maximum Fork Height Mast 272, Battery Weight Range: 1,600- 2,100 lbs. " BATTERY SPACER GROUP: 38 TO 39 " Outrigger Style: Blunt " Outriggers (LD.): 34 ID Outrigger Bars " Drive Tires: 12 X 5.5 RUBBER " Load Wheels: 5 X 3.9 with Sealed Bearings Articulating Tandem Wheels - High Load Compound " Operator Controls: Sidestance " Wheel Box Type: Weld-On Box - Use with 5 X 3.9 Load Wheels " Steering Control Option: Automotive " Monitoring System: Standard Display Includes: Performance Mode Select, Two Line LCD Text. & Fault Code Readout " Voltage: 24 Volt, Includes AMP 350 RED Battery Connector Note: Battery Cable Requirement - Cable Position 8- 16 Lead Length " UI Type: Type r Includes: UL Label " Construction Standard - Operating Temperatures: +32 F to +120 F " Literature Package: Decals, Markings and Operator Manual Required for Units Shipped to the US Destinations. " New General Battery, 12-I 25-1 7, 1000 AH " New Enforcer Ferro 3 Ferro / EF3-1 2-9608 Will be delivered to Portland FMS #1, 10000 NE 33rd Dr., Portland, OR 97211 Evaluation Factors: Technical and past performance, when combined, are significantly more importance, when compared to price. The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer which is both technically acceptable and shows satisfactory past performance. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); provision 52.211-6, Brand Name or Equal (Aug 1999); provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: Brandy Kloock at 503-584-3769 Quotations can be mailed to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to brandy.kloock@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W909K1-0069-3001/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN02221998-W 20100731/100729235154-ca7f62cb5cd50e93c30510d5e3d8491b (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.