Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2008 FBO #2376
SOLICITATION NOTICE

39 -- ELECTRIC FORKLIFT, SIT DOWN RIDER, 20,000 POUND CAPACITY, ONE EACH FOR TOBYHANNA ARMY DEPOT, TOBYHANNA, PA 18466

Notice Date
5/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Tobyhanna Depot Contracting Office, US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-08-R-0007
 
Response Due
6/9/2008
 
Archive Date
8/8/2008
 
Point of Contact
Marilyn Watkins, (570)895-7918
 
Small Business Set-Aside
N/A
 
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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-25. NAICS Code 333924/750. Solicitation number is W25G1V-08-R-0007. Simplified acquisition procedures FAR Part 13.5 are used. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM local 6/9/08. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offers may be submitted via Fax at 570-895-6782, e-mail or hard copy. To receive an award, the company must be registered in the Central Contractor Registration (CCR) http://www.dlis.dla.mil/ccr. Parties interested in responding to RFP shall complete a Standard Form (SF)1449 http://www.forms.gov, blocks 5, 12, 17 a, 17b, 19 thru 24, 30a, and 30b; AND 30c. The offer must be signed by a company official authorized to contractually bind the company. Offerors shall include and complete the full text provision FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility matters. FAR 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items, completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items). Full text clauses may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation must be submitted in order for your offer to be considered. See below regarding submission technical documentation and examples of Past Performance. Completed SF1449 and other information must be faxed 570-895-6782 sent electronically as a.pdf file or provided hard copy; to marilyn.watkins@us.army.mil. Delivery and on-site set-up at TYAD is required to be completed by 9/15/08. Delivery is FOB Destination, Tobyhanna Army Depot, Tobyhanna, PA 18466. Brand name or equal, BPR/RICO Equipment, Inc. Model P-200, Sitdown Rider Counterbalance, Pegasus Series 120 North State Rd., Medina, OH 44256 or equal; Hoist Liftruck Mfg.,Inc.; Model E200, Sitdown Rider Counterbalance, Lazer Series; 6499 West 65th Street; Bedford Park, IL 60638 or equal. SALIENT FEATURES: General; Rated Capacity/Load Center; Truck shall be 20,000 lbs. rated capacity; Load center shall be 24 inches, Truck shall be counterbalance type; Entire truck shall be manufactured to meet the ANSI B56 Standard; The entire truck shall be built to UL583 - Type EE requirements to include the truck batteries. Quantity of truck is one (1)Power type/Battery Charger; Truck shall be electric power; Truck shall be powered by two (2) Lead/Acid batteries creating 72 volts or 80 volts and at least 1020 ampere hours rating; Two battery chargers, 3 Phase, 480Volts/AC, 1050 AHC minimum shall be provided; Operator Type; Personnel shall operate the truck by riding the truck in a sit down position. 1.1 Wheels / Tires; Truck shall have 4 wheels (2 front / 2 back) with the front 2 being driven.; Tires shall be solid with the front tires being 28 X 14.; Driven front tires shall have a tread design to provide a cushioned ride and better traction on wet or light snow conditions on ramps.; Chassis Dimension/Clearance.; Truck O.A.L. shall be 125 inches to 135 inches; Truck O.A.W. shall be 50 inches to 65 inches; Ground clearance shall be no less than 4 inches. 1.2 Mast/Fork Dimensions; Overall mast height shall be between 85 inches-105 inches; Fork raised height shall be between 73 inches-90 inches; Fork dimensions shall be no less than 7 inches wide X 3 inches thick and no more than 8 inches wide X 4 inches thick; Fork length shall be 156 inches; Fork tilt angle shall be at least 6 degrees forward and 6 degrees back; Forks shall be side-shift positioned via hydraulic power; Forks shall also be positioned relative to each other via hydraulic power (individually moveable); Performance; Truck shall travel no less than 5 mph in an unloaded state 1.3 Color: Color shall be a bright safety type yellow. 1.4 Operators cab: A complete truck operators cab with heater, windshield, doors, door windows, heater, defroster and windshield wiper shall be provide as part of the basic truck 2. Safety. Forklift shall meet the requirements of OSHA Standard 29 CFR 1910.178 Powered Industrial Trucks and the American National Standard for Powered Industrial Trucks, Part II, ANSI B56.1-1969 and NEC standards and codes. Additional safety features shall include: Backup Alarm; Amber Beacon Light; Battery Discharge Indicator with lift cut-out; Emergency Power Disconnect; Horn; Hour Meter; Key Switch; Operator Seat with electrical safety interlock; Overhead Guard which meets ANSI B56 standards; Parking Brake with indicator light; Seatbelt. 3. Set-up (assembly) of the truck shall be completed within two days of truck delivery to Tobyhanna Army Depot. When set-up is completed, operator training will be provided for approximately four(4)hours. 4. Manuals Two (2) copies of all documentation listed below will be provided in either hardcopy or electronic format. Operator manuals, including safe practices and procedures, and Parts & Services manuals are to be included as part of the truck purchase. 5. Warranty. A complete warranty shall be included as part of the truck purchase. As a minimum the entire truck (bumper to bumper) shall be covered for 12 months or 2000 hours warranty for parts and labor. The truck batteries shall be covered with a minimum three (3) year prorated warranty. PROPOSAL SUBMISSION: The pricing shall be filled out as follows, CLIN 0001 $_______ FORKLIFT TRUCK, 20,000 POUND, RIDER; TECHNICAL, offer shall provide manufacturer's technical specifications for the truck proposed and proposed delivery schedule. PAST PERFORMANCE information pertaining to three examples of sales of a 20,000 pound or larger forklift to include customer name, phone number/e-mail, model supplied, dollar value of contract and required/actual delivery. APPLICABLE FAR CLAUSES: 52.203-3 Gratuities; 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transaction; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 22.211-6 Brand Name or Equal; 52.211-14 Notice of Priority Rating, fill in X DO; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) fill in: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical evaluation will be pass/fail based on review of information submitted by offeror; Past performance will be rated as to relevancy and quality of product and related services. Price is more important than past performance. Award may not necessarily be made to the firm who submits the lowest proposal. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: (X)(b) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.225-13 Restrictions on Certain Foreign Purchases; 52.239-1, 52.228-5 Insurance-Work on a Government Installation, liability: workers compensation $100,000, bodily injury $500,000 per occurrence, Automobile Liability Insurance $200,000 per person and $500,000 per occurrence for Bodily Injury,$20,000 per occurrence for property damage; 52.223-3-Hazardous Material Identification and Material Safety Data; 52.223-6-Drug-Free Workplace; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-11-Ozone-Depleting Substances; 52.223-13 - Certification of Toxic Chemical Release Reporting; 52.223-14 -- Toxic Chemical Release Reporting; 52.223-15 Energy Efficiency in Energy-Consuming Products. 52.229-4 Federal, State and Local Taxes; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation; 52.243-1 Changes-Fixed Price; 52.246-4; F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference Computer Generated Forms; DFARS CLAUSES 252.201-7000 Contracting Officers Representative; Control Of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.211-7003 Item Identification and Valuation; 252.211-7007 Item Unique Identification of Government Property; 52.212-7000 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (X) 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings; 252.225-7021, Trade Agreements; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015; Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 252.223-7006; 252.227-7027 Deferred Ordering Of Technical Data Or Computer Software; 252.232-7010 Levies on Contract Payments 252.243-7001; Pricing Of Contract Modifications; The offeror will also be required in award to comply with TYAD local clauses for performance of on-site work at TYAD, contract administration and payment under the Wide Area Workflow System which will be included in any resultant contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e5ad986d70b79fc3a3d4602fecac573&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN01581180-W 20080529/080527215930-7e5ad986d70b79fc3a3d4602fecac573 (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.