Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2009 FBO #2903
SOLICITATION NOTICE

39 -- Forklifts Rentals

Notice Date
11/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG10T2010H
 
Response Due
11/6/2009
 
Archive Date
1/5/2010
 
Point of Contact
hester.stone, 915-568-7360
 
E-Mail Address
Fort Bliss DOC
(hester.stone@us.army.mil)
 
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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular (FAC) 2005-34. The North American Industrial Classificiation Systems (NAICS) Code for this procurement is 532412 with a small business size standard of $7.00M. This requirement is a Small Business set-aside and only qualified offerors may submit bids. Forklifts rental for warehouse usage, Fort Bliss, TX. Dates Needed 9 November 2009 30 September 2010. The following clauses and provisions apply to this requirement: Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. The selected Offeror must be ORCA certified at https://orca.bpn.gov/. See below for description of items requested. Award will be the lowest Offeror who services meet the Governments minimum needs. The selected Offerer must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications Commercial Items the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, paragraph(a) and the following clauses in paragraph (b): 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segrated Facilities, 52.222-26 Equal Opportunity, 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, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Tranfer Centeral Contractor Registration. 52.228-8 Liability and Insurance leased Motor Vehicles. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to include: 252.232-7003 Electronic Submission of Payment Requests, and 252.247.7023 w/Alt III Transportation of Supplies by Sea. DFARS Clause 252.211-7003 Alt I Item Identification and Valuation. The following must be furnished with the quotation: 1) Complete descriptions of equipment quoting; 2) Prompt payment terms; and 3) Completed copy of provision at DFARS 252.212-7000 Offeror Representations and CertificationsCommercial Items. Quotes shall be faxed or email to the attention of Hester Stone, (915) 568-8732, or hester.stone@us.army.mil, no later than 2:00 P.M MST on 6 November 2009. All questions must be submitted in writing to above Point of Contact (POC). Descriptions of Items: Line Item 0001 5K Forklift - must be delivered to 2601 Haan Road located on Ft. Bliss, TX. Warehouse usage, to be used indoor and outdoor, 5 days a week lifting up to 5000 lbs. Period of Performance is from 9 November 2009 30 September 2010. Meet or Exceed specs. Rental of two (2) each Forklifts, 5K. LPG powered. Forklifts must have an extendable mast, three stage, full free lift high visibility wide view design. Maximum fork height of 189 inches. Carriage minimum width 38.1 inch. Engine heavy duty four (4) cylinder with 126.5 cubic inch displacement, overhead valve, five (5) main bearings, 54hp @2700 rpm, water cooled with heavy duty full flow radiator, low noise fan, high electronic ignition, and automatic choke. Transmission torque converter and heavy duty, constant mesh power shift with fully modulated inching control. Hydraulic System Controls for lift, tilt and auxillary functions located on operators right side. LPG Tank, side shift with single internal hose group, and strobe light. Include back-up alarm, horn, fire extinguisher, and seat belt. Four (4) headlights required with a four wheeled drive. No heating or air conditioning required. Price shall include delivery, set-up, and removal of Forklift on the last Period of Performance day. Line Item 0002 - 5K Forklift - must be delivered to 2601 Haan Road located on Ft. Bliss, TX. Warehouse usage, to be used indoor and outdoor, 5 days a week lifting up to 5000 lbs. Period of Performance is from 9 November 2009 30 September 2010. Meet or Exceed specs. Rental of one (1) each Forklifts, 5K. LPG powered. Forklifts must have an extendable mast, three stage, full free lift high visibility wide view design. Maximum fork height of 189 inches. Carriage minimum width 42 inch. Engine heavy duty four (4) cylinder with 126.5 cubic inch displacement, overhead valve, five (5) main bearings, 54hp @2700 rpm, water cooled with heavy duty full flow radiator, low noise fan, high electronic ignition, and automatic choke. Transmission torque converter and heavy duty, constant mesh power shift with fully modulated inching control. Hydraulic System Controls for lift, tilt and auxillary functions located on operators right side. LPG Tank, side shift with single internal hose group, and strobe light. Include back-up alarm, horn, fire extinguisher, and seat belt. Four (4) headlights required with a four wheeled drive. Solid pneumatic tires. No heating or air conditioning required. Price shall include delivery, set-up, and removal of Forklift on the last Period of Performance day. Line Item 0003 8K Forklift must be delivered to 2601 Haan Road located on Fort Bliss, TX. Warehouse usage, to be used indoor and outdoor, 5 days a week lifting up to 8000 lbs. Period of Performance is from 9 November 2009 30 September 2010. Meet or exceed specs. Rental of one (1) each forklift, 8K. LPG powered. Maximum fork height of 189 inch. Carriage minimum width is 44.7 inch. Forklift must have an extendable mast, three stage, full free lift high visibility wide view design. Engine heavy duty four (4) cylinder with 151.9 cubic inch displacement, overhead valve, five (5) main bearings, 60hp @2800 rpm, low noise fan, high electronic ignition, automatic choke. Transmission torque converter and heavy duty, modulated inching control. Hydraulic System controls for lift, tile and auxilliary functions. Include LPG tank, side shift wih single internal hose group, and strobe light. Include back-up alarm, horn, fire extinguisher, and seat belt. Four (4) headlights required with four-wheeled drive. No heating and air conditioning required. Price shall include delivery, set-up, and removal of Forklift on the last Period of Performance day. Contractor shall ensure equipment serviceable and ready for use on the first Period of Performance day. Contractor shall ensure forklifts are delivered with full tank of fluids. Contractor shall be responsible for conducting a pre and post inspection with the user/customers point of contact. Contractor will be responsible for providing routine maintenace including oil changes, mechanical failures, and hydraulic inspections. All maintenance will be in accordance with manufactured recommended scheduled maintenance and service for the vehicle. Contractor shall remove all contracted rented equipment from the specified locations within 48 hours after the period of performance ends. Should contracted rented equipment remain in place beyond 48 hours, the Government is not liable for usage, theft, lost, damages, or replacement cost due to contractors negligence to take possession of owned items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b12c9226ded09f0de28bd5bf79233be3)
 
Place of Performance
Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN01996853-W 20091105/091103234657-b12c9226ded09f0de28bd5bf79233be3 (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.