Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2007 FBO #1900
SOLICITATION NOTICE

61 -- BATTERIES FOR YALE FORKLIFT

Notice Date
2/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SB3100-7012-3012
 
Response Due
2/20/2007
 
Small Business Set-Aside
8a Competitive
 
Description
The Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement for the purchase of maintenance free 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; quotations are being required and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). Reference Number is SB3100-7012-3012 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14, Defense Federal Acquisition Regulation Supplement (DFARS DCN 20070122 and Defense Logistics Acquisition Directive (DLAD) CURRENT TO Revision 5 and Proc Ltr 2007-03. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. This solicitation is 100% set aside for 8(a) 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. In accordance with FAR 19.102(f)(4), a SBA class waiver applies to this procurement. An exemption from the nonmanufacturer rule applies. Any 8(a) company (nonmanufacturer) may respond and does not have to furnish the product of a small business manufacturer. Line Item 0001 ? Batteries ? 10 each @ $____________each = $___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule - __________ days after receipt of purchase order. The batteries must be maintenance free batteries. A maintenance free battery means a sealed battery with no watering ever for the life of the battery. Battery Description for a Yale Forklift, Model ERC 40AGN: 36V maintenance free Tray - 2575102 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 18-0095-15 Douglas Battery Part # 75102 or Equal 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. 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. The following DLAD provisions are hereby added in full text: 52.233-9000 Agency Protests. Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel ( see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. 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 Quotation. Award will be based on the quotation that provides the total lowest delivered price 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 quotation. 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 quotation. 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 quotation, 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) 52.211.6 ? Brand Name of Equal (2) 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: 52.219-14 - Limitation on Subcontracting, 52.219-18 - Notification of Competition Limited to Eligible 8(a) 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 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: DFARS 252.219-7009 ? Section 8(a) Direct Award DFARS 252.219-7010 ALT A DFAR 252.219-7011 ? Notification to Delay Performance DFARS 252.225-7036 ALT I ? Buy American Act ? Free Trade Agreements ? Balance of Payments Program Quotation due date and time is February 20, 2007 ? 2:00 PM local time. Price quotation, 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, Mission Drive, Building 404, New Cumberland, PA 17070 or Fedex to Defense Distribution Center Procurement Office (DDC-AB) Attn: Karen Kaufman, J Avenue, Building 404, New Cumberland, PA 17070 Failure to submit all the above requested information may result in the quotation 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, Mechanicsburg, PA
Zip Code: 17055-0789
Country: UNITED STATES
 
Record
SN01226341-W 20070208/070206220046 (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.