Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

39 -- New Forklifts - BNJ

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-11-Q-0079
 
Archive Date
10/6/2011
 
Point of Contact
Christine A. Todd, Phone: 5405425283
 
E-Mail Address
christine.todd@dhs.gov
(christine.todd@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification 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; offers are being requested and a written solicitation will not be issued. HSFEMW-11-Q-0079, issued as a Request for Quotation (RFQ), is for the purchase of six (6) new 2011 Princeton PBX Piggy-Back Forklifts. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-53. This procurement is being solicited on an un-restricted basis. The NAICS and small business size standard for this project are: 333924/750. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition order. Deliveries of forklifts are to be completed within 14 weeks after receipt of award. STATEMENT OF WORK: FEMA has a requirement for the purchase of the following items: Six (6) new 2011 Princeton PBX Piggy-Back Forklifts. The item must meet ALL requested salient physical, functional and performance characteristics listed below to be acceptable for award:  5,000 lb lift capacity at 24 inch load center  144" Two Stage Mast  Scissor reach mechanism with 77" forward reach  Side Shaft  1 3/4" X 6" X 48" Lumber Forks  Single-side Off-Load/Operation (S.O.L.O)  Double Reach System for unloading entire truck from one side  60HP Turbo Liquid Cooled Diesel Engine  Deluxe Seat with High visibility seat belt  Amber strobe light & back up alarm  Work lights front and rear  Anti Stall hydraulic drive system with Trac-Loc drive control  Automatic tilt relief  Hydraulic Stabilizers  2 Wheel/3 Wheel Selection System  Hydrostatic Transmission  Gradeability +50%  All-terrain capability  31" X 15.5" X 15" Lined 12 Ply Global Grip Tires  EZ Hitch 3 Position Mounting Kit for forklift  1 Year Warranty  ANSI B56.6 Approved BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose offer will be most advantageous to the Gov't based on lowest price/technically acceptable factors. Offerors shall provide a detailed price quote. The price quote shall be broken down and totaled in order for the Government to perform a complete evaluation of the proposed price quote. In order for an offeror to be considered technically acceptable, the following mandatory requirement must be met: Offeror must provide forklifts that meet ALL requested salient physical, functional and performance characteristics listed above to be acceptable for award. Offerors must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-8 "Utilization of Small Business Concerns," 52.222-3 "Convict Labor," 52.222-19 "Child Labor--Cooperation with Authorities and Remedies," 52.222-21 "Prohibition of Segregated Facilities," 52.222-26 "Equal Opportunity," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications as identified above. BRAND NAME JUSTIFICATION: Please see attached BNJ document INSPECTION & ACCEPTANCE: Destination DELIVERY ADDRESSES: FEMA MERS-Denton 800 North Loop 288 Denton, TX 76209 FEMA MERS-TV 404 South Pinetree Blvd. Thomasville, GA. 31792 FEMA MERS-MA Federal Regional Center 65 Old Marlboro Road Maynard, MA. 01754 FEMA MERS-BT 220 228th Street, SW Bothell, WA. 98021-9796 FEMA MERS-Frederick 4420 Buckeystown Pike Frederick, MD. 21704 FEMA MERS-DV Denver Federal Center 6th Ave. & Kipling St., Bldg. 710A Lakewood, CO. 80226-9424 Due date for receipt of responses to this RFQ will be 1:00 PM/EST, 09/21/2011 to Ms. Christine Todd at e-mail address: christine.todd@dhs.gov or fax number at 540-542-2632 or 2631. Ms. Todd's telephone number is: 540-542-5283. Electronic responses are preferred and strongly encouraged. Questions concerning this RFQ will NOT be entertained after 1:00 PM/EST on 9/14/2011 and must be e-mailed or faxed to Ms. Todd at the e-mail address and fax numbers provided above. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-11-Q-0079/listing.html)
 
Record
SN02570331-W 20110911/110910000757-4390d23a21016724a80a3d613a909455 (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.