Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

39 -- FORKLIFT

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit New Orleans, 4640 Urquhart Street, New Orleans, Louisiana, 70117-4698, United States
 
ZIP Code
70117-4698
 
Solicitation Number
HSCG29-10-Q-PNC121
 
Archive Date
9/15/2010
 
Point of Contact
NIChelle L. Flynn, Phone: 5042536454
 
E-Mail Address
nichelle.l.flynn@uscg.mil
(nichelle.l.flynn@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR SUPPLIES 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 NUMBER IS HSCG29-10-Q-PNC121. THIS COMBINED SYNOPSIS CONSTITUTES A SOLICITATION AND INCORPORATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2007. THIS ACQUISITION IS UNRESTRICTED. THE NAICS IS 423830. THE SMALL BUSINESS SIZED STANDARD IS 100 EMPLOYEES. THE CONTRACT TYPE WILL BE A FIRM FIXED PRICE PURCHASE ORDER. THE GOVERNMENT PROPOSES TO SOLICIT FROM THE ATTACHED SCOPE OF WORK. PLEASE FAX QUOTES TO NICHELLE FLYNN FAX: 504-253-4550 OR 4551 THIS PURCHASE WILL BE BASED ON THE FOLLOWING CRITERIA: LOWEST PRICE FOR SUPPLIES OR EXCEEDING THE MINIMIUM REQUIREMENTS AND DELIVERY TIME. PLEASE SEE BELOW FOR THE SCOPE OF WORK AND COMMERCIAL ITEM CLAUSES. **SCOPE OF WORK/ITEM DESCRIPTION FORKLIFT HYSTER MODEL S35FT WITH: SYSTEM MONITORING-MAZDA LPG START: WITH KEY SWITCH RADIATOR: SERPENTINE-MAZDA GAS/LP HIGH AIR INTAKE: WITHOUT PRECLEANER DIRECTION CONTROL:LEVER LPG BRACKET:SWING OUT MAZDA 35 LOW LP FUEL IND-PRESSURE SENSING SYSTEM UL APPROVAL:TYPE LP MAZDA INCH BRAKE; SINGLE PEDAL MAST?: 3 STG FFL 82/187"(2080/4750)CL2 INT SS CRG 3STG FFL 35.7"(907MM)CL2 1 AUX HOSE GRP-3 STAGE FFL MAST TILT:5 FWD/5 BACK,BR: 35.7W 48H FOR ISS CRG CLS 2 FORKS:40X100X1219MM (1.6X3.9X48")CL2 OVERHEAD GUARD:TALL(83"-2088MM) TREAD:NARROW DRIVE:18X7X12.1 SMOOTH RUBBER NRW TRD STEER: 15X5X11.25 SMOOTH RUBBER SEAT: NON-SUSP VINYL W/COWL MTD HYD MECHANICAL 3 FN FOR NON CLAMP 3 FUNCTION VALVE: MECHANICAL LIGHTS: LESS LIGHTS VISIBLE ALARM:AMBER LED STROBE LOW MT STEERING WHEEL: W/ SPINNER KNOB LITERATURE PACKET & LABELS: ENGLISH ACCESS: FIRE EXTINGUISHER ACCESS: LPG TANK 33.5 LB STEEL W/AUX VAL ** SF 1449 SOLICITATION /CONTRACT/ORDER FOR COMMERCIAL ITEMS The following FAR provisions/clauses supplement the purchase order terms and conditions (SF 1449). An asterisk (*) indicates the provision/clause must be incorporated in full text; all others may be incorporated by reference in accordance with FAR 52.252-1. Upon request, the Contracting Officer will make their full text available. The following clause is incorporated herein by reference with the same force and effect as though set forth in full text: FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 97) The following clause is included and appears in full text. FAR clauses marked with a (x) are applicable to this solicitation/contract. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 96) (a) Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisition of commercial items: (1) 52.222-3, Convict Labor, (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C. 3553) (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components:  FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402).  FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423)  FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2) and (3)).  FAR 52.219-9 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)).  FAR 52.219-14 Limitation on Subcontracting (15 U.S.C. 637 (a)(14)).  FAR 52.222-26 Equal Opportunity (E.O. 11246)  FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212)  FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793)  FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212  FAR 52.225-3 Buy American Act - Supplies (41 U.S.C. 10)  FAR 52.225-9 Buy American Act - Trade Agreements Act - Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582)  Reserved  FAR 52.225-18 European Union Sanction for End Products (E. O. 12849)  FAR 52.225-19 European Union Sanction for Services (E.O. 12849)  FAR 52.225-21 Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C. 10, PL 103-187)  FAR 52.239-1 Privacy or Security Safeguards (5 U.S.C. 552a)  FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels (46 U.S.C. 1241) (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated into this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components:  FAR 52.222-41 Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.)  FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)  FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)  FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)  FAR 52.222-47 SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.) (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, in excess of the simplified acquisition threshold, and does not contain the clause at FAR 52.215-2, Audit and Records - Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (e) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components.  FAR 52.222-26 Equal Opportunity (E.O. 11246)  FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a))  FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793); and  FAR 52.247-64 Preference for Privately-Owned U.S. - Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts Awarded beginning May 1, 1996)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCNO/HSCG29-10-Q-PNC121/listing.html)
 
Place of Performance
Address: BSU NEW ORLEANS, POC: TERRY CHRISTOFFER, 1790 SATURN BLVD, NEW ORLEANS, Louisiana, 70129, United States
Zip Code: 70129
 
Record
SN02254336-W 20100827/100825235317-2c60a895a59dd1c560bffe428f528df6 (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.