Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
MODIFICATION

61 -- BATTERIES FOR YALE FORKLIFTS

Notice Date
5/25/2006
 
Notice Type
Modification
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
Reference-Number-SB310061243041AND3042
 
Response Due
6/9/2006
 
Archive Date
7/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement for the purchase of batteries as stated below: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being required and a written solicitation will not be issued. In accordance with FAR 19.102(f)(4), a SBA class waiver applies to this procurement. Small business is exempt from the nonmanufacturer rule. Any small business nonmanufacturer may respond and does not have to furnish the product of a small business. This solicitation is issued as a request for proposal (RFP). Reference Numbers are SB 3100-6124-3041 and 6124-3042 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 and DFARS Change Notice (DCN) 20060519. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 335911 and the associated size standard is 500 employees to be classified as a small business concern. Line Item 0001 ? Batteries ? 22 each @ $____________each = $___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule - __________ days after receipt of contract. Battery Description for a Yale Forklift, Model ERC 40AGN: 36V maintenance free Tray - 75102 Connector ? 350 yellow Cable Position ? B Cable Length ? 30? Minimum 665 amp hours Dimensions ? 36.38L X25.75W X 19.19? (Size will vary, but must fit this Yale Forklift) 3 year warranty plus 2 years prorated Batteries must be able to be charged on a Douglas Legacy Platinum CFR Charger. Same or equal to Cell Type 18-95-15 Option Quantity for Line Item 0001 - 8 each @ $____________each = $___________(Price quoted should be should be quoted FOB destination.) (Reference FAR 52.217-6 incorporated below) Subject to Availability of Funds. Line Item 0002 ? Batteries ? 5 each @ $____________each = $___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule - __________ days after receipt of contract. Battery description for a Yale Forklift, Model Number ESC 040FAN36TE082, Serial Number A883N01899A: 36V maintenance free Platinum Tray ? 2575140 Connector ? 350 yellow Cable position ? B Cable length ? 30? 720 amp hours Dimensions ? 38L X 19W X 301/2? 3 year warranty plus 2 years prorated Same or equal to Cell Type 18-120-13 Option Quantity for Line Item 0002 - 19 each @ $____________each = $___________(Price quoted should be should be quoted FOB destination.) (Reference FAR 52.217-6 incorporated below) Subject to Availability of Funds. The delivery and acceptance address for the batteries will be: Defense Distribution Center Susquehanna, Bldg 203; Door 12, DDSP-UAS; 5450 Carlisle Pike, Mechanicsburg, PA 17055-0789. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 - Instructions to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. FAR provision 52.212-2 - Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of this Request for Proposal. Award will be based on the proposal that provides the total lowest delivered price, inclusive of options, for the batteries and that meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of descriptive literature that clearly indicates the batteries proposed meets all the Government?s minimum requirements indicated by the salient characteristics listed above and submission of past performance information that provides evidence that the Contractor has timely delivered product to the customer. ?Descriptive literature? means information (i.e. cuts, illustrations, drawings, and brochures) that is submitted as part of a proposal. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product quoted that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operation. The term includes only information required to determine the technical acceptability of the quoted product. The failure of the descriptive literature to show that the product quoted conforms to the requirements of this solicitation may result in the rejection of the proposal. Past performance information. The Contractor shall provide 3 customer references for who the Contractor has provided the same or similar type product. The past performance information should include the following for each reference: 1. Description of item provided 2. Contract number 3. Date of contract award 4. Contract established delivery date 5. Actual product delivery date 6. Dollar amount of contract 7. Issuer of contract ? Government agency or Commercial entity 8. Name and telephone for the point of contact for each contract References may be contacted as part of the evaluation process. Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items (Alternate I) with its price proposal, proposed battery descriptive literature and past performance information. FAR clause 52.212-4 - Contract Terms and Conditions ? Commercial Items applies to this acquisition. Addenda to FAR 52.212-4: (1) 52.217-5 - Evaluation of Options - Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (2) 52.217-6 - Option for Increased Quantity ?The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor by December 31, 2006. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (3) 52.247-34 ? F.O.B. Destination FAR clause 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 are applicable to this acquisition: FAR 52.203-6 ALT I ? Restrictions on Subcontractor Sales to the Government, 52.219-6 ? Notice of Total Small Business Set-Aside, 52.219-8 - Utilization of Small Business Concerns, 52.219-14 ? Limitations on Subcontracting, 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 and Veterans of the Vietnam Era, 52.222-36 ? Affirmative Action for Workers with Disabilities, 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.232-36 - Payment by Third Party, DFARS 252.212-7000 - Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions are applicable to this acquisition: FAR 52.203-3 ? Gratuities, DFARS 252.225-7036 ALT I ? Buy American Act ? Free Trade Agreements ? Balance of Payments Program All responsible small business concerns may submit a proposal that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104. Proposal due date and time is June 9, 2006 ? 2:00PM local time. Price proposal, descriptive literature for the batteries, past performance information and the certifications at FAR 52.212-3 Alternate I must be submitted via one of the following methods: (1) email to Karen.Kaufman@dla.mil, (2) facsimile to 717-770-7591 (Attn: Karen Kaufman) or (3) mail to Defense Distribution Center Procurement Office (DDC-AB) Attn: Karen Kaufman, 2001 Mission Drive, Building 81, New Cumberland, PA 17070 Failure to submit all the above requested information may result in the proposal being eliminated from consideration for award. The name and telephone number of the individual to contact for information regarding this solicitation is: Karen Kaufman, Contract Specialist, Phone 717-770-5516.
 
Place of Performance
Address: Defense Distribution Center Susquehanna, Bldg 203; Door 12, DDSP-UAS; 5450 Carlisle Pike, Mechanicsburg, PA
Zip Code: 17055-0789
Country: US
 
Record
SN01056899-W 20060527/060525220052 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.