Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
MODIFICATION

39 -- Electric Lift Trucks

Notice Date
7/25/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
6650 Meloy Drive, Ft Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
0010817381-0010831962
 
Response Due
7/25/2016
 
Archive Date
1/21/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number 0010817381-0010831962. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 806225. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is an [ Women-Owned Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-25 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Benning, GA 31905 The MICC Fort Benning requires the following items, Meet or Exceed, to the following: LI 001: CLIN 0001 - ***MEETS OR EXCEEDS*** Toyota Model #8FBCU20 4000 lb. Electric Lift Truck with Cushion Tires. 24" Load Center. Electric Battery Powered - UL Type EE rated forklift motors, switches, and other electrical equipment must be completely enclosed and cannot contain openings through which sparks or embers can escape. Mandatory requirement: Forklift must meet NFPA 505 EE Standard. See attached slides for detailed safety requirements. Active Control Rear Stabilizer; Active Mast Function Controller; Automatic Fork Leveling; 4-way Adjustable Full Suspension Seat; Mast Specifications: Maximum Fork Height 131.5", Overall Lowered Height 83.3", Overhead Guard Height 88.00", Free Lift 35.2" with standard Load Backrest. Lifting Capacity: 4,000 lbs. @ 24" load center; Tilt: 6 degrees forward and 8 degrees backwards; 36? ITA Hook Type Carriage; Forks 42" x 5" x 1.6" Class II; 48" High Load Backrest; 36" Hang-on Sideshifter (Includes 3-Way Valve with 3rd Function Hosing); Travel Speed:11.20 mph; Lift Speed:104 fpm, 36 Volt Electrical System; Hydrostatic (On Demand) Power Steering. WARRANTY: Basic includes 12 Months or 2,000 hours whichever occurs first; Powertrain includes 36 Months or 6,000 hours whichever occurs first., 2, EA; LI 002: CLIN 0002 - ***MEETS OR EXCEEDS*** Sroka Model #LWP-HD-100-E 10,000 lb. Electric Low Lift Walk Behind Pallet Truck. Designed for use with USAF 463L pallets built to ANSI/UL 583 Type E classification. 10,000 LBS at 48? Load Center, Evenly Distributed Across Forks, 24 VDC, Solid State Infinitely Variable Heavy Duty Helical Gear Drive, Heavy Duty Tiller Handle with Hand Guards and Butterfly Thumb Throttle Control Heavy Duty - Class H Insulated, Tiller Handle Actuated, Electro-Magnetic Fail Safe Brake, One (1) 12? x 5? Polyurethane Drive Tire, Four (4) 3-1/4? x 4-3/8? Polyurethane, Tandem, Articulating Load Wheels, Two (2) Heavy Duty Spring Loaded Stability Casters, Up to 3.0 MPH Empty, Approx. 2.0 MPH Loaded, 13-1/2?W x 31-1/2?L x Open Top for Overhead Removal of Industrial Battery 12-85-11, 425 AH Capacity w/Built in Charger and 110V Plug ? INCLUDED, Electric Pushbutton in Tiller Handle for Hydraulic Lift/Lower, 6? Lift, Forks - 10? Wide x 96? Long/34? Between Forks (Width Over Forks 54?) Low Height: 3-1/4? and Raised Height: 9-1/4?. Safety features include Horn, Key Switch, LCD BDI w/Hour Meter and Low Battery Lift Interrupt, Safety Reverse Belly Button Switch. Manufactured to Meet or Exceed ANSI B-56.1 Safety Standards Electronic Parts/Service Manual Designed for use on Flat Level Surfaces., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Benning intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Benning is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. New equipment ONLY. NO remanufactured or used products. NO "GREY" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified. Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, considering price alone. Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award. Award for All or None. The Government intends to award one (1) purchase order as a result of this solicitation. Offers received for less than the stated number if items listed in the solicitation will be considered ineligible for award. Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc34ad15d62fb9efd6a2d40f19b61db2)
 
Place of Performance
Address: Fort Benning, GA 31905
Zip Code: 31905
 
Record
SN04194826-W 20160727/160725235819-dc34ad15d62fb9efd6a2d40f19b61db2 (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.