Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

39 -- Propane fueled Forklift for the Aerial Fire Depot Fire Cache - Schedule of Items

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-11-0057
 
Archive Date
8/17/2011
 
Point of Contact
Tina D Mainey, Phone: 406-329-3845
 
E-Mail Address
tmainey@fs.fed.us
(tmainey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Provide your quote on this document. PROPANE FUELED FORKLIFT FOR THE AERIAL FIRE DEPOT FIRE CACHE 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. AG-03R6-S-11-0057 is issued as a request for quotation (RFQ) for a Propane Fueled Forklift for the Aerial Fire Depot of the Forest Service, Missoula MT This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is a total Small Business Set aside and the NAICS code associated with this acquisition is: 333924; small business size standard is 750 employees SCHEDULE OF ITEMS* Item No. 1- Propane fueled Forklift Item Description 1.1 One (1) Propane fueled Forklift, per specifications described in this solicitation, with delivery to the Aerial Fire Depot Fire Cache, Missoula MT, TOTAL QUOTE: $___________ Price quoted must include delivery. *Please Provide quotes on attachment labeled "Schedule of Items". GENERAL CONTRACT SPECIFICATIONS BASIS OF AWARD One award will be made. Offer of award will be made to the Quoter(s) whose quote, as determined by the Contracting Officer, provides the best value to the Government, considering but not limited to such factors as price, ability to meet product specifications, and delivery. Equipment Specifications Forklift comparable to or equal to Toyota Model 8FGU18 with the following required features: 1. Equipped with System of Active stability ( SAS - Critical Safety Feature ) 2. Operator Presence Sensing System ( Critical Safety Feature ) 3. Swing down LP tank bracket ( Critical Safety feature ) 4. Rear assist grip with horn button 5. Two way automatic self leveling forks 6. Load capacity at 24 in. center - 3500 lbs. 7. Powershift transmission 8. Side shifting fork positioner 9. Back up alarm system 10. Mounted Fire Extinguisher 11. Self Leveling mast (Critical Safety Feature) 12. Clear view for fork tip visibility-13 inch minimum distance for inside mast 13. 24 inch backrest 14. Front combination lights 15. Rear combination lights 16. 189" of lift mast 17. LPG (propane operated) DELIVERY Delivery to: Aerial Fire Depot Fire Cache 5765 Highway 10 West Missoula, MT 59802 Delivery must be during normal business hours of 8:00 a.m. and 4:00 p.m, Monday through Friday. Please contact Bonny Resner, 406-329-4949, at least 48 hours before expected delivery, to arrange for inspection and acceptance. Required by delivery date: Friday, August 12, 2011 QUOTES/OFFERORS DUE DATE AND PLACE Offers/Quotes are due at the Western Montana Acquisition Zone, US Forest Service, Building 24 - Fort Missoula, Missoula, MT 59804 by Tuesday, August 2, 2011 at 4:30 MST. Faxed or e-mailed quotes will be accepted. Please fax quotes to: 406-329-3866 or e-mail: tmainey@fs.fed.us. Please call 406-329-3845 for verification of receipt of fax. The following must be included with your quote to be considered complete and therefore evaluated for award: 1. Completed Schedule of Items with all items quoted on. 2. Proof of ORCA registration or completed copy of the provision at FAR 52.212-3 Solicitation Information For information regarding this solicitation please contact the following: Contracting Officer: Tina Mainey Email: tmainey@fs.fed.us Phone: 406-329-3845 Contract Terms and Conditions The provision at FAR 52.212-1 Instructions to Offerors-Commercial (JUN 2008), applies to this acquisition. The provisions at FAR 52.212-2 Evaluation - Commercial Items will be used as follows: (a) 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. The following factors shall be used to evaluate offers: Price Ability to meet delivery schedule and required specification Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011) with offer or proof of registration in ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2011), applies to this acquisition and in addition to this provision are the following addenda: FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 406-329-3866. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. FAR 52.236-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES FAR 52.246-2 Inspection of Supplies-Fixed-Price is incorporated by reference
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-11-0057/listing.html)
 
Place of Performance
Address: Aerial Fire Depot, Fire Cache, 5765 Highway 10 West, Missoula, Montana, 59802, United States
Zip Code: 59802
 
Record
SN02507430-W 20110724/110723004611-a2f8f7d9afc4df41444452d94aa96cd8 (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.