Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

49 -- Forklifts

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Stewart, 976 William H. Wilson, Suite 100, Fort Stewart, GA 31314
 
ZIP Code
31314
 
Solicitation Number
W33DL390809000
 
Response Due
4/9/2009
 
Archive Date
10/6/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W33DL390809000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $6M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-04-09 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Stewart, GA 31314 The USA ACA Ft. Stewart requires the following items, Brand Name or Equal, to the following: LI 001, TOYOTA MODEL 7BRU18, IL-3 RATED ELECTRIC REACH TRUCK - VASE MODEL LIFTING CAPACITY - 3500 LBS@24" LOAD CENTER, 3 STAGE MAST (FSV) WITH FULL FREE LIFT. MAST SPECIFICATIONS: LIFT HEIGHT - 270", OVERALL LOWERED HEIGHT - 119" (OVERHEAD GUARD HEIGHT - 95"), FREE LIFT - 71" WITH STANDARD LOAD BACKREST, LDEGRESS FORWARD AND 4 DEGREES BACKWARDS TILT, ITA HOOK-TYPE, 31" CARRIAGE, FORKS 42" X 4" X 1.75" CLASS II FORKS, BASELEG 35" INNER DIMENSION, 46" OUTER DIMENSION, 48" HIGH LOAD BACKREST, 4" SIDESHIFT EACH WAY (MIN. 35" BASE LEG INSIDE DIMENSION), TRAVEL SPEED 6MPH, LIFT SPEED 60 FPM, 24 VOLT ELECTRICAL SYSTEM, 180 DEGREE ELECTRONIC POWER STEERING, BATTERY COMPARTMENT 16.4" (L) X 38.75" (W) X 32" (H), WHEELS AND TIRES - DRIVE (DIA X WIDTH) 13.5 X 5.5, CASTER (DIA X WIDTH) 7 X 2.75, LOAD (DIA X WIDTH) 5 X 4; 9117-TRAVEL ALARM FWD AND REV, DRIVER OVERHEAD GUARD CLEAR SHIELD, UL TYPE "E" RATING, TAPERED TOE BOX ( 5" X 4"), LIGHT AND FAN PACKAGE, FIRE EXTINGUISHER, 360-DEGREE ELE POWER STEERING W/DRIVE WHEEL DIRECTION IND, 9915-AMBER STROBE LIGHT, 36 VOLT MAINTENANCE FREE BATTERY, BATTERY CHARGER SCR20018750T1H, ELECTRIC DISC BRAKES, SELF-DIAGNOSTICS, BUILT-IN ANALYZER, FAULT CODE MEMORY, BATTERY DISCHARGE INDICATOR WITH LIFT INTERRUPT, MULTIFUNCTION HOUR METERS, MAJOR COMPONENT WARRANTY: 24 MONTHS OF 4000 KEY - ON OPERATING HOURS, WHICHEVER OCCURS FIRST, OTHER WEARABLE COMPONENTS: 4 MONTHS OR 750 HOURS WHICHEVER OCCURS FIRST EXCEPT AS LISTED UNDER "EXCLUSIONS AND LIMITATIONS" IN THE WARRANTY CERTIFICATE., 2, EA; LI 002, TOYOTA MODEL 8FGU30, INTERNAL COMBUSTION LIFT TRUCK, PNEUMATIC TIRES, LP GAS POWERED - UL TYPE "LP" RATING. BASE MODEL CAPACITY - 6000 LBS AT 24" LOAD CENTER, 3 STAGE MAST (FSV) MAST WITH FULL FREE LIFT - MAXIMUM FORK HEIGHT - 187", OVERALL LOWERED HEIGHT - 89.2" (OVERHEAD GUARD HEIGHT - 85.50"), FREE LIFT - 41.2" WITH STANDARD LOAD BACKREST; TILT 6 DEGREES FORWARD AND 6 DEGREES BACKWARDS, ITA HOOK-TYPE CARRIAGE, FORKS 48" X 5" X 1.8" CALSS III, LOAD BACKREST 48" HIGH, CASCADE 42" HANG ON SIDESHIFTER (INCLUDES 3RD FUNCTION INTERNAL HOSING), TRAVEL SPEED: 11.50 MPH, LIFT SPEED: 102 FPM, TOYOTA 2.2L 4Y-ECS TI PERFORMANCE INDUSTRIAL ENGINE, 136 CUBIC INCH DISPLACEMENT, 4 CYLINDER, OVERHEAD (OHV), NET TORQUE RATING (SAE FT-LB), 122 @ 2570 RPM, NET HORSEPOWER RATING (SAE HP): 59 @ 2570 RPM; AUTOMATIC TRANSMISSION, 1 SPEED FORWARD, 1 SPEED REVERSE, HYDROSTATIC POWER STEERING, FRONT TIRES: 28 X 9-15-12PR (PNEUMATIC), REAR TIRES: 6.50-10-10PR (PNEUMATIC), YELLOW STROBE LIGHT, REAR COMBINATION LIGHTS, BACK UP ALARM, 33 LB LP STEEL TANK, U.L. APPROVED MODEL TYPE LP, EPA/CARB CERTIFIED ENGINE WITH 3-WAY CLOSED LOOP CATALYTIC MUFFLER SYSTEM, OPERATOR PRESENCE SENSING SYSTEM, FULLY STAMPED STEEL SIDE PANELS, OVERLY SPACIOUS LEG ROOM, WEATHER PROTECTED ELECTRICAL SYSTEM, UNPARALLELED FORK TIP VISIBILITY, FOOT ACTIVATED PARK BRAKE WITH HIGH MOUNT RELEASE, ADJUSTABLE HEADLIGHTS WITH GUARDS, ELECTRONIC SHIFT CONTROL, 7" CYCLONE AIR CLEANER, FULLY INSULATED STAMPED STEEL ENGINE HOOD, DUAL OPERATOR ASSIST GRIPS, OVERSIZED CUP HOLDER AND AMENITY TRAY, HEAVY DUTY, NON-SLIP RUBBER FLOOR MAT, AUTOMOTIVE STYLE HEADLIGHT SWITCH, SEALED STARTER, WARRANT 12 MONTHS OR 2000 WHICHEVER OCCURS FIRST (BASIC), 24 MONTHS OR 4000 HOURS WHICHEVER OCCURS FIRST (POWERTRAIN), 1, EA; For this solicitation, USA ACA Ft. Stewart intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Stewart is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured products No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov Your quote shall be for payment by Government VISA Credit Card, and the price quoted shall include all related charges. If you are unable to accept VISA for payment you shall respond back on your proposal that you do not have the ability to accept VISA. FOB Destination CONUS (CONtonental U.S.) Bid MUST be good for 30 calendar days after submission. Sellers must submit specifications and descriptive literature for all items to FedBid via email at clientservices@fedbid.com. Fax can be accepted upon request. Please call 1-877-9FEDBID. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a8640f0f20c9b1b1d19dcb733e4b7ec2&tab=core&_cview=1)
 
Place of Performance
Address: Fort Stewart , GA 31314<br />
Zip Code: 31314<br />
 
Record
SN01785683-W 20090405/090403221332-a8640f0f20c9b1b1d19dcb733e4b7ec2 (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.