Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

39 -- Equipment for Publications Depot

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-10-T-0053
 
Response Due
8/27/2010
 
Archive Date
10/26/2010
 
Point of Contact
Sarah R Wiley, 703-428-7407
 
E-Mail Address
USACE HEC, Ft. Belvoir
(sarah.r.wiley@usace.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. 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. Reference number W912HQ-10-T-0053 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This solicitation is set-aside for small business. The closing date of this synopsis/solicitation is 27 Aug 2010 at 03:00 P.M. EDST. The requirement is set aside for small business and the associated NAICS code is 423830. Contract Line Items: Line Item 0001 Walkie Type Low Lift Pallet Truck 24 Volt Line Item 0002 3500 Pound Capacity Narrow Aisle Lift Truck STATEMENT OF WORK 1.DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, tools, material, supplies, transportation, management, and other services necessary to install equipment/Battery chargers for forklifts at the HECSA, Publications Depot. The contractor shall provide the following type of vehicle: See Specifications! 1.1 The price shall include all delivery, setup, fees. 1.2 Two (2) electric forklift are needed, and must meet the size and capacity requirements as outlined in the specifications listed below. The forklift must also meet all requirements outlined in the following paragraphs: A. One (1) each electric forklifts with a lifting capacity of 3500 lb Single Reach Assembly without Integral Side shifter 24 inches Extend with 33.5 inches Wide Class II Hook Type Carriage. MAST: 91 inches/203 inches/52 inches (2311/5156MM) 3 Stage Full Free Lift (FFL) B.One (1) each Walkie Type Low Lift Pallet Truck 24 Volt; SEM Transistor Control with Integrated Hoist Control 2.GENERAL INFORMATION The forklifts shall be delivered to a designated government representative at HECSA, Publications Depot as listed below. 2.1The forklifts shall be NEW, clean, safe, and in operating condition in accordance with the owners manual. Forklift shall be registered and licensed (if required by the state) and comply with all applicable safety and environmental laws, ordinances, rules and regulations issued by the state of Virginia. 3.SPECIFICATIONS A.3500 Pound Capacity Narrow Aisle Lift Truck. Standard Features: AC Traction, Hydraulic and Steering Motors, Fully Integrated Canbus Controls, Operator Forward Stance, Low Step Height, Transistor Controller with Regenerative Braking, Fully Proportional Lift / Lower Control, Programmable Traction Speeds and Acceleration, Electric Power Steering, Automatic Field Control and Auto Deceleration, Rubber Drive Tire 12 inches X 5.5 inches, Polyurethane Load Wheels-High Load Compound, Dual Articulating Polyurethane Caster Wheels, Emergency Power Disconnect, Battery Discharge Indicator with Lift Interrupt, Key Start, 36 inches High Load Backrest, Sealed Battery Rollers, Tilting Carriage (3 Degrees Forward, 4 Degrees Back), Padded Operator Compartment, Rear Post Operator Protection, Operator's Overhead Guard, Low Profile Anti-Fatigue Floor mat, Operator's Display with Alpha Numeric Messaging, Multi-Mode Hour Meter, Control Handle with Simultaneous Hydraulic Functions, Electronic Horn, Static Discharge Strap, Operator's Manual, UL Classification E. MAST: 91 inches/203 inches/52 inches (2311/5156MM) 3 Stage Full Free Lift (FFL) CARRIAGE: Single Reach Assembly without Integral Side shifter 24 inches Extend with 33.5 inches Wide Class II Hook Type Carriage LOAD BACKREST EXTENSION: 36 inches High for 33.5 inches Wide Carriage FORKS: 42 inches Long Class II Hook Type (1.6 inches x 3.9 inches) Standard Taper 1067mm Long, (40mm x 100mm) BATTERY COMPARTMENT: 14.5 inches Medium (39.0 inches x 14.5 inches x 31.5 inches ) Battery Weight Range: 1,600 - 2,100 lbs. BASEARM STYLE: Blunt Toe Cap BASEARM OPEN END CLEARANCE: 34 inches OEC DRIVE TIRE: 12 inches X 5.5 inches Rubber LOAD WHEELS: 5 inches X 3.9 inches Articulating Tandem High Load Compound with Sealed Bearings OPERATOR CONTROLS: Side stance OPERATOR CONTROLS: Right to Left Handle Control. Side Stance Multi-Function Control Handle Orientation. WHEEL BOX TYPE: Weld-On Box - Use with 5 inches X 3.9 inches Load Wheels STEERING CONTROL OPTION: Automotive Steer Orientation MONITORING SYSTEM: Standard Display Includes Performance Mode Select, Two Line LCD Text and Fault Code Readout. VOLTAGE: 24 Volt - Includes AMP 350 Red Battery Connector, Cable Position B - 16 inches Lead Length UL APPROVAL: Type E Construction with UL Label. APPLICATION / ENVIRONMENTAL CONSTRUCTION: Standard. Operating Temperature Range +32 F to +120 F VISIBLE ALARM: Amber LED Strobe-Continuous Operation with Key-On AUDIBLE ALARM: Back Up Alarm - Self Adjusting, Reverse Direction Activated 82-102dB(A) LANGUAGE: English Operator Manual Required for units shipped to US destinations. BATTERY: 1 - Bulldog 12-125-17 1000 A.H. battery 24 volt and 1 Kodiak 12K-965-3 3 phase charger. B.Walkie Type Low Lift Pallet Truck 24 Volt; SEM Transistor Control with Integrated Hoist Control; Low Battery Lift Interrupt; Lift Motor Cut-Out at Full Height; 28.5 inches x 8.1 inches Battery Compartment; Battery Power Pack with On-Board Charger and Built-in Hinged Convenience Tray; Battery Connector - 175 Amp X, Red; Flush Pallet Stop; Key Switch; Electronic Horn; Electromagnetic Park Brake with Service Override; Regenerative Braking; 48 inches Forks; 7 inches Individual Fork Width, 27 inches Width Across Forks; 3.25 inches Lwr Fork Height with 5.0 inches Lift Height; Polyurethane Load Wheels (3.25 inches x 4.5 inches); Knock-Out Load Wheel Axles; Press-On Rubber Drive Tire 9 inches x 5 inches; Impact Resistant, Ergonomically Designed, Bottom Mounted Control Handle with Gas Spring Return; Conveniently Located Controls Including: Butterfly-Type Accelerator Control and Lifting/Lowering Buttons; Direction Reversing Switch; Creep Speed Turtle Button (Brake Override); Three User Selectable Performance Modes; Pallet Entry/Exit Skids; Pallet Exit Rollers; Standard Construction; Operator Manual; and UL Classification E. VOLTAGE: 24 Volt CONSTRUCTION: STANDARD Operating Temperatures: +32 Degrees F To +120 Degrees F CONTROL HANDLE: Impact Resistant, Ergonomically Designed, Bottom Mounted Composite Control Handle with Gas Spring Return. FORK LENGTH - 48 inches Standard Tip Fork Over All Width: 27 inches Wide BATTERY POWER PACK - (158 AH @ 6 hr rate, 185 AH @ 20 hr rate) with on-board 110 volt, 60 Hz, 12 amp. battery charger. (Requires 053-01) BATTERY CONNECTOR-175 AMP X-Connector, Red LOAD WHEELS, SINGLE (3.25 inches X 4.5 inches POLY) Standard Bearings - 2 per Load Wheel (Lube Fitting on Axle) DRIVE TIRE: 9 inches x 5 inches Press-On Rubber BDI: No Display STABILIZERS: Stability Tabs (Adjustable, Bolt-On) (Included with 030-50)(Required with 029-22 if 049-01 is not ordered.) Literature Packet & Labels: English CREEP SPEED TURTLE BUTTON Warranty 4.Warranty: 12 Months/2,000 Hours Manufacturer's on both Fork Lifts 5.Regular working days of the designated government representatives are Monday through Friday, 0730 1530, except on Federal holidays. 6.Delivery Appointment: Ph (301) 394-0084 Call 24 hours in advance 7.Delivery Address: HECSA Publications Depot ATTN: Mr. Hunt/Ms Jones 2803 52nd Ave Hyattsville MD 20781 Delivery Date: Delivery date is scheduled for on or near September 1st, 2010. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The following provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6- Notice of Small Business Set-Aside; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 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 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, 52.222-50, Combating Trafficking in Persons. The following DFARS clause is applicable: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with following clauses that apply: 52.203-3, Gratuities and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The date, time and request for quote offers are due: 03:00 P.M. EDST, 27 August 2010 to sarah.r.wiley@usace.army.mil or fax to Attn: Sarah Wiley @ 703-428-8181 or mail to U.S. Army Corps of Engineers - HECSA, Attn: Sarah Wiley; 7701 Telegraph Rd., Kingman Building; Alexandria VA. 22315. Point of Contact(s): Sarah Wiley Phone: 703-428-7407 Email: Sarah.R.Wiley@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-10-T-0053/listing.html)
 
Place of Performance
Address: HECSA Publications Depot ATTN: Mr. Hunt/Ms Jones; 2803 52nd Ave Hyattsville MD
Zip Code: 20781
 
Record
SN02245170-W 20100820/100818235248-7fcb1dee5b59caa60bf90fb595423822 (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.