SOLICITATION NOTICE
61 -- Shipboard Electric Powered Forklift Batteries
- Notice Date
- 3/13/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908T0205
- Response Due
- 3/19/2008
- Archive Date
- 4/19/2008
- Point of Contact
- Greg Finke 757-443-2066 Fax: 757-443-1424
- E-Mail Address
-
Email your questions to FISCN
(william.g.finke@navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N00189-08-T-0205. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase shipboard batteries identified as on the Qualified Products List (QPL) for Shipboard Electric Powered Forklift Batteries in the Material Handling Equipment (MHE) Service Life Extension Program (SLEP) Processing Guide, Technical Memorandum No. PHST-35-00-B, of 15 JUL 2005. Item Description: Six (6) MAINTENANCE-FREE, Shipboard Electric-Power, HYSTER#E40XM2G Fort-Lift, 36V (EE) 4K Sit-Down Fork-Lift Trucks. Limiting battery chamber dimensions 37.5?Lx25.75?Wx24.25?H. Target delivery date is Not Later Than 07 APRIL 2008. These are the only replacement batteries certified as shipboard acceptable and are limited to the following manufacturers: DEKA/EAST PENN, C&D, GNB/EXIDE, OR ENERSYS with NO SUBSTITUTIONS PERMITTED. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.247-34 F.O.B. Destination (NOV 1991) 52.204-7 Central Contractor Registration (JUL 2006) 52.223-3 Hazardous Material Identification and Material Safety Data 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007) Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ?Commercial Items (DEC 2007), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (AUG 2007) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) 52.232-33 Payment by Electronic Funds Transfer----Central Contractor Registration (OCT 2003 (31 U.S.C.3332) 52.215-5 Facsimile Proposals (OCT 1997); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005) Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clauses apply and are incorporated by reference: 252.223-7001 HAZARD WARNING LABELS (DEC 1991) 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005) At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by March 19, 2008 at 16:00 (4:00 P.M.). Offers can be emailed to william.g.finke@navy.mil, faxed to 757-443-1424 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite D606, Contracting Department, Norfolk Office, Attn: Greg Finke, Code 230B4, Norfolk, VA.23511-3392. Reference RFQ N00189-08-T-0205 on your proposal. NAICS 335912.
- Record
- SN01532181-W 20080315/080313224838 (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 |