Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOLICITATION NOTICE

39 -- Final Bid - Forklifts

Notice Date
7/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
15000 HWY 115, Little Falls, MN 56345
 
ZIP Code
56345
 
Solicitation Number
W912LM-16-T-0040_01
 
Response Due
7/29/2016
 
Archive Date
1/25/2017
 
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
Total Small Business
 
Description
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.The solicitation number is W912LM-16-T-0040_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 333921 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-29 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Little Falls, MN 56345 The National Guard - Minnesota requires the following items, Meet or Exceed, to the following: LI 001: DIESEL FORKLIFT - 4,900 Pound (or greater) load capacity - Class II forks (48" x 5" x 1.6") - 48" tall load backrest on forks - 40" integral sideshift fork positioner - 11' (or greater) height reach. Specify country of origin in bid - inflatable tire, durable enough to drive on un-improved surfaces at times - two headlights, tail lights, brake lights, and rear blinkers - back up alarm - rear mounted strobe light - standard adjustable (fwd/back) seat with seat belt assembly - must be able to hydraulically move forks side to side - delivery FOB Little Falls, MN, 2, EA; LI 002: ELECTRIC FORKLIFT - electric with charger - 3500 pound load capacity - reach type forks (load picker) - 4 degrees tilt forwards and 2 degrees backward - lifting height of 15'(or greater) - max width of 5' - class II forks - 48" tall load backrest - indoor/outdoor capable (limited outdoor use- tires capable of short distance outdoor transportation) - operate in a smaller than 12' aisle. Specify country of origin in bid - inflatable tire, durable enough to drive on un-improved surfaces at times - headlight and back up light - back up alarm - standard adjustable seat with safety belt - reach capable for use in narrow, 9' wide warehouse isles - FOB Arden Hills, MN, 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, National Guard - Minnesota intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. National Guard - Minnesota is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. Partial bidding is accepted and the government reserves the right to award multiple vendors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d4d4256aee14ab5c4343865133487a4)
 
Place of Performance
Address: Little Falls, MN 56345
Zip Code: 56345-4173
 
Record
SN04200591-W 20160730/160728235529-1d4d4256aee14ab5c4343865133487a4 (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.