Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

36 -- Forklift

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10T0150
 
Response Due
8/18/2010
 
Archive Date
10/17/2010
 
Point of Contact
Amy Abate, 410-278-6515
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(amy.abate@arl.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is W911QX-10-T-0150. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. (iv) This acquisition is set-aside for small business concerns. The associated NAICS code is 333924. The small business size standard is 750 employees. (v)The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Pneumatic tire forklift in accordance with the salient characteristics below. Quantity of one (1). Unit of issue-each. (vi)Description of requirements: The Contractor shall provide one (1) pneumatic tire forklift with the following characteristics: -27,000 lbs minimum to 36,000 lbs maximum capacity to meet facility lifting requirements -158 to 170 HP 6 cylinder diesel engine -3 stage mast -Side view rearview mirrors -Fully enclosed, temperature controlled operator compartment with overhead guard -15 degrees forward tilt to 10 degrees back tilt -Horn -Operator restraint system -Brake lights with back-up lights -Mast mounted work and rear drive lights -Side shift fork positioner -6 foot fork length -Turn signals -Reverse direction alarm -Engine block heater -12 month/12,000 hour manufacturer warranty -Handrails for entry and exit -Soft ride solid drive tires -Soft ride solid steer tires -Air suspension seat -Auto shift transmission (vii) Delivery is required ASAP. Delivery shall be made to US Army Research Laboratory, Building 434, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at the same location. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: none (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Failure to provide adequate information may result in being non compliant and not considered for award. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ____2____ records of sales from the previous __24____ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Failure to provide adequate information may result in being non compliant and not considered for award. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: none (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.219-6 Alternate I, Notice of Total Small Business Set-Aside (Oct 1995), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003), 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003), 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.247-7023, Transportation of Supplies by Sea (MAY 2002). (xiii) The following additional contract requirement(s) or terms and conditions apply: none. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: none (xvi)Offers are due on 08/18/10 by 11:59 pm at amy.abate@arl.army.mil (xvii) For information regarding this solicitation, please contact Amy Abate, Contract Specialist, at 410-278-6515 or amy.abate@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/696a176c33d81a9ea275bcc5d4e75149)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi Division - Aberdeen Branch Building 434 Aberdeen MD
Zip Code: 21005
 
Record
SN02237880-W 20100813/100812000629-696a176c33d81a9ea275bcc5d4e75149 (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.