Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

24 -- Fork Lift

Notice Date
8/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Blue Mountain Area, Wallowa-Whitman NF, 1550 Dewey Avenue, Baker City, Oregon, 97814
 
ZIP Code
97814
 
Solicitation Number
AG-04M3-S-09-306440
 
Point of Contact
Patty H. Nash, Phone: (541) 523-1209
 
E-Mail Address
pnash@fs.fed.us
(pnash@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is AG-04M3-S-09-306440 and this requirement is being issued as a Request for Quote. The procurement is 100% set-aside for small business. The North American Industry Classification System (NAICS) number is 423830 - small business size standard is.75 million. The USDA Forest Service, Department of Agriculture, Forest Service, R-6 Blue Mountain Area, PO Box 907, Baker City, OR 97814. The scope of work consists of: It is the purpose and intent of this contract to obtain one (1) forklift truck; a 6,000 pound capacity, LPG powered, pneumatic tires, sitdown style, of four-wheel design. Service and Maintenance Requirements a.The design of the forklifts shall permit ready removal and replacement of component units and easy accessibility for servicing, adjustment, and removal of parts and accessories with minimum disturbance to other elements. Exposed parts that create a hazard to operating personnel are to have guards over them. Unit offered must be the manufacturer's current standard production model. bThe forklift truck shall be serviced by the manufacturer's authorized representative and be in operating condition before it is delivered to its destination point listed in the Schedule of Items. c.Following final inspection of the equipment at the destination, the contractor shall furnish to the Government, at no extra cost, the services of a fully qualified, trained mechanic or service person. It is required that under his or her supervision and responsibility, the Government's personnel shall be instructed in the proper operation and maintenance of the machine. It is estimated that this will take a minimum of three (3) hours. The time of this training shall be mutually agreed upon between the contractor and Government personnel. d.Two (2) operator, part, and service manuals shall be supplied with the forklift. Standard Commercial Warranty The Contractor agrees that the supplies or services furnished under this contract shall warrant the entire unit from defective parts and workmanship for 12 months or 500 hours of use, whichever first occurs, from the date of delivery. Bidder shall attach copy of warranty. Repair, Parts and Service Availability Since the continous operation of this forklift is of the utmost importance and of an emergency nature, it is necessary that the successful bidder be in position to render prompt parts and service. The successful bidder shall maintain and/or have access to parts inventory and full service facility within 300 miles of the La Grande city limits. Said parts inventory shall be of sufficient size and variety to offer a level of parts availability of 95% within 48 hours from time of order by the customer. Availability of normal maintenance items such as filters, vee belts, hydraulic lines, and hoses shall not exceed 24 hours. Bidder shall attach their proposed program for parts and service availability for evaluation. Review of the bidder's ability to provide prompt parts and service will be used in determining low, qualified bidder. Descriptive Literature Descriptive literature showing specifications and other pertinent data on the model being bid is not required. If literature is submitted with the bid, caution should be taken to strike restrictive statements which may qualify the bid. Technical Specification A.Item 1 1.Type - LPG-powered forklift, four wheel, front dual pneumatic tires, sitdown type, and 6,000 lb. minimum rated capacity. 2. Engine - Engine to be LPG powered, water cooled, 4 cylinders minimum, 136 C.I.D. minimum displacement, 59 gross H.P. minimum, dry type air cleaner, 12-volt electrical system, minimum 44-amp hour battery, and minimum 35-amp alternator. 3.Fuel tanks - Capacity shall be a minimum of 33 pounds capacity. One tank mounted on the machine and one spare. 4.Transmission shall be a power shift type, minimum one forward speed, one reverse speed with torque converter. 5.Body - Four wheel, sitdown type, high visibility design mast and internal hosing. A cushioned adjustable operator's seat with seat belt and backrest shall be furnished. Hinged panels to the engine compartment are required. Overhead protection shall be furnished which meets all mandatory regulations contained in ANSI B-56-1-1975, Part II. A flashing strobe light shall be mounted on top of the overhead protection. 6.Capacity - 6,000 lb nominal on the basic truck. 7.Mast - Triple stage mast with roller type lift chains. Load backrest to be a nominal 48 inches. Minimum 5-degree tilt forward and 5-degree tilt back shall be provided. 8.Dimensions: Minimum Fork Height - 170 inches Minimum Free Lift - 42 inches Maximum Overall Height (mast or overhead guard) - 98 inches Fork Length 48 inches, Class III Fork width - Variable fork width capability up to at least 42 inches Maximum Outside Turning Radius - 91 inches Maximum aisle width for right angle stacking - 150 inches 9.Instruments and Controls - Operator station instruments and controls shall include: Horn Electric automatic back-up alarm Ammeter or charging light Fuel gauge (acceptable to be on the tank) Oil pressure gauge or light Temperature gauge Hour meter Key ignition/starter switch 10.Sideshift - A sideshift equipped with double auxillary internal housing for fork positioner sideshifter is required. 11.Tires - Air pneumatic traction tires shall be furnished. Dual drive tires shall be 7.00 x 12 minimum or 28 x 9 x 15 (preferred), 12-ply rating minimum. Steer tires to be 6.00 x 9 minimum 10-ply rating minimum. 12.Hydraulic System - The hydraulic system shall include a positive displacement gear-type pump, replaceable full flow-type filter, pressure relief valve, piston-type cylinder, and two double-acting type tilt cylinders. 13.Brakes - The brakes shall be hydraulic type utilizing either drum or disc design and a mechanical activated parking brake. 14.Painting - All exposed metal parts shall be cleaned, primed, and undercoated with a rust resistant primer and painted in accordance with the supplier's commercial color. 15. An SMV emblem shall be installed on the rear. 16.Working Lights - Two front headlights, and rear combination lights are required. Turn signals and backup lights are required. Lights shall be wired to shut off with key off lights off system. 17.Power steering - Power steering shall be provided. Vehicle steering shall be by the rear wheels. The steering system shall permit manual steering in case of power failure and provide a steering wheel knob. 18.Lift and Lowering Performance - Carriage lowering speed to be regulated by a flow control valve in the lift cylinder base for safe operation. Carriage lift speed loaded shall be 100 FPM minimum. Carriage lowering speed shall be 98 maximum. 19.Manufacturer's Identification - Each unit shall bear the manufacturer's name, address, model, serial number, date of manufacture, and other pertinent information that is required to identify the machine and properly maintain it. This information shall be placed on a corrosion resistant metal plate securely fastened and located in a conspicuous place. 20.Safety - Asbestos free components, system of active stability, swing-down LPG tank bracket, active mast function controller and 2 rear view mirrors 21. Ergonomics – Cowl mounted hydraulic control levers with rubber boot covers, non cinching seatbelt, rear assist grip with horn button, pencil – tape holder. QUOTE PRICE $__________________ DELIVERY: The forklift is to be delivered to the La Grande Ranger Station, 3502 Highway 30, La Grande, Oregon 97850. Contract will contact Paul Sandoval at 541-523-1367 to arrange delivery times. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items, 52.212-2 Evaluations Commercial Items, 52.212-3, Offeror Representations and Certifications Commercial Items. 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. In paragraph (a) of 52.212-5 the following applies: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). In paragraph (b) of 52.212-5(b), the following apply: The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-50 Combating Trafficking in Persons Aug 2007, 52.225-1 Buy American Act – Supplies (June 2003) (41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Point of Contact Patty Nash, Contracting Officer, Phone 541-523-1209, Email-pnash@fs.fed.us. Place of Delivery of Quote Address:PO Box 907, 1550 Dewey AV., Baker City, OR Postal Code:97814 Country:USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04M3/AG-04M3-S-09-306440/listing.html)
 
Place of Performance
Address: Wallowa Whitman National Forest, P. O. Box 907, Baker City, Oregon, 97814, United States
Zip Code: 97814
 
Record
SN01908247-W 20090814/090812235556-5b68580c6b0759d91208c9a0133cbe70 (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.