Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

23 -- Four Wheel Drive Telehandler for the Electronic Proving Ground (EPG), Fort Huachuca Arizona 85613

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07-R-EPGDTH
 
Response Due
9/14/2007
 
Archive Date
11/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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 requested and a written solicitation will not be issued. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 1 each, Skytrak, Model 8042, Four-Wheel-Drive Telehandler Requirements: Rate d at least at 8,000 lb. load capacity, with at least 40ft lift height, and minimum 25ft forward reach. The telehandler will be primarily used when heavy lifting is required in areas were there is no concrete or asphalt to perform system testing within the Blacktail Canyon EMI test facility compound, at Smoke Week Compound and in Blacktail Canyon. Technical requirements: At maximum loading (8,000 lb.), the maximum forward reach specification can be reduced to 8 ft., and the maximum height reduced to 30 ft . At maximum height (40 ft.), the unit must be capable of raising a 6000 lb. load, with a forward reach of at least 4 ft. The unit should be capable of lifting a 1,500 lb. load at ground level and maximum forward reach (25 ft.), to maximum height (40 ft.) and a forward reach of 4 ft. (The loadings stated here assume a carriage and a 48in pallet fork are installed.) The telehandler must have at least 10 degrees of frame-leveling, to keep heavy loads level, while working on ground that is not level. For adde d stability, the telehandler must also have hydraulic outriggers or stabilizers, with load-holding hydraulic valves. There will also be load-holding valves on the frame leveler, extend and lift cylinders, and on controls for any hydraulic attachments. The telehandler will provide auxiliary hydraulics, consisting of valves, controls and hydraulic lines for operating any accessory attachments. The telehandler will be equipped with a 60in carriage, and 72in forks. The fork positions must be hydraulically contr olled, to side shift the forks (move them as a pair, to the left or right), and so that the separation distance between the forks can also be adjusted, either closer together or further apart, to allow fine adjustments to the fork positions, when picking u p loads while the boom is extended. When moving, the telehandler must be capable of speeds up to 20 mph, have a variable-speed hydrostatic transmission, use planetary drive axles, and have wet disc brakes. The transmission must have a minimum of 4 forward speeds and 3 reverse speeds. The telehandler's size must be less than 100in overall height and less than 100in width. The telehandler will be equipped with adjustable work lights for night work, road lights so that it can be driven on public roads, and a rotating beacon light. It will also be equipped with fenders. The operator of the vehicle will be protected by a cab that has certified roll-over protection (ROP), and certified falling-object protection (FOP). The telehandler will be equipped with rear- view mirrors. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Friday, 14 September 2007. Offers shall be submitted electronically at: virginia.miller@epg.army.mil. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. T he result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Virginia J. Miller, Contracting Officer, at (520) 538 -3978 or virginia.miller@epg.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiti on Circular 2005-16. This is a total small business set aside. The NAICS code is 336413. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation cr iteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, a nd applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clau se 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Place of Performance
Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN01401231-W 20070912/070910221400 (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.