Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
MODIFICATION

39 -- 11K FORKLIFT QTY:1

Notice Date
10/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-15-T-0010
 
Response Due
11/4/2014
 
Archive Date
12/29/2014
 
Point of Contact
Tezslyn Johnson, 4438614750
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(tezslyn.l.johnson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The combined synopsis/ solicitation number is W91ZLK-15-T-0010. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-77. The Government contemplates award of a Firm-Fixed Price purchase order IAW FAR Part 13 for electronic equipment and other hardware. This requirement will be procured as Brand Name or equal, small business set-aside on Army Single Face to Industry (ASFI). The Associated North America Industry Classification Code (NAICS) 423830 and the Business Size Standard are 100. The Aberdeen Test Center, located at Aberdeen Proving Ground, Maryland requires the purchase of listed electronic equipment and other hardware. The items in this order must meet all listed specifications. NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to USA Aberdeen Test Center USA Aberdeen Test Center (W81C5M) 358 Michaelsville Road APG, MD 21005-5059 Description of the Requirement/Technical Specifications: The following specifications are required to meet Aberdeen Test Center requirements; The Government may consider generating multiple awards from this solicitation. (See attached technical requirements) The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporation 52.219-6 Notice of Total Small Business Set-Aside 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 Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.239-1, Privacy or Security Safeguards 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-2 Inspection of Supplies-Fixed Price 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions/clauses listed above and below may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.212-7000 Offeror Representations and Certifications-Commercial Items 252-211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp Quotations must be signed, dated and received by 10:00 AM EST November 6, 2014 via email to Major Tezslyn Johnson, tezslyn.l.johnson.mil@mail.mil located at the US Army Contracting Command, Aberdeen Proving Ground, Tennant Contracting Division, Attention: CCRD-AI-IC, 6001 Combat Drive, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the SAM database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov service desk http://www.FSD.gov. For questions concerning this Request for Quotations contact Major Tezslyn Johnson, Purchasing Agent, via email tezslyn.l.johnson.mil@mail.mil. Please provide any questions no later than November 1, 2014 at 10:00 AM EST. NO TELEPHONE REQUESTS WILL BE HONORED. Request for Quotation W91ZLK-15-T-0010 Requirements 1 A.11K Forklift Requirement - GENERAL: Aberdeen Test Center (ATC) is requesting the procurement of one (1) 11K Forklift. The minimum specifications are listed below: B.Specifications - MINIMUM 11K FORKLIFT PURCHASE SPECIFICATIONS Minimum Load Capacity of 11,000 lbs at 24 quote mark center. Enclosed Cab with Heat, A/C, Front/Rear Wipers, Defroster Fan, Interior Lights, Multi Function LCD Display (Hour Meter, Clock, Calendar, Operator Security Pin Access, On-Board Diagnostics and Programmable Service Reminder, Speedometer and F/N/R Transmission Indicator, Warning Lights and Engine Coolant Temperature Gauge, Low Fuel Warning Light) Dual Solid-Pneumatic front drive tires Diesel Engine with minimum of 86 Horsepower 2 speed forward/ 1speed rear fully automatic transmission (minimum) Full Hydrostatic Power Steering Hydraulic Foot Brakes Class IV Fork Carriage with power Side Shifting - Fork Positioning Mast with Separate Levers (Lift/Tilt/Sideshift Controls), Max Lift Height of 197 quote mark (minimum), Mast/Fork Carriage Tilt Angle of 15/10 degrees forward /backward, 72 quote mark x 6 quote mark x 2 quote mark Forks Turning Radius of 130 inches or less Other Features: Pre-Cleaner, Two-Stage - Engine and Transmission Protection System, Return to Neutral / Seat Actuated Power Interrupt System, Seat Belt Warning System, Full Suspension ORS Seat, Tilt-Adjustable Steering Wheel, Back-Up Alarm, Rear View Mirrors, Tow Pin, Driver's Overhead Guard, Dual Headlights, Rear Combination Lights, Right & Left Turn Signals, Rear Work Lights, AEPA Tier IV /CARB EC Stage IV A emissions standards, Certified, Operator Presence Sensing System (OPSS) Delivery within 14 weeks of contract award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2eced7fe660a4097205f1311d67fd46e)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03562249-W 20141101/141031000344-2eced7fe660a4097205f1311d67fd46e (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.