Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

61 -- Material Handling Equipment (MHE) Batteries

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-Q-0129
 
Archive Date
6/26/2010
 
Point of Contact
Laura A. Dodson, Phone: 7177705516
 
E-Mail Address
laura.dodson@dla.mil
(laura.dodson@dla.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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-10-Q-0129. This solicitation is issued as a small business set-aside. The associated NAICS code is 335911 with a small business size standard of 500 employees. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-41 effective 13 May 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100519 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-06 & 10. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This procurement is for the purchase of various size Material Handling Equipment (MHE) batteries with delivery to Texarkana, TX 75507. Quotes shall include FOB Destination pricing. CLIN 0001 – QTY 10 EACH TYPE 18-85-23/36 VOLT SIZE 38.5 X 24 X 23.5 – IN ACCORDANCE WITH THE BATTERY REQUIRMENTS AND SPECIFICATIONS LISTED BELOW. QTY 10 X $_________________EACH = $__________________TOTAL CLIN 0002 – QTY 8 EACH -. TYPE 12-125-15/24 VOLT. SIZE 36 X 14 X 30 – IN ACCORDANCE WITH THE BATTERY REQUIRMENTS AND SPECIFICATIONS LISTED BELOW. QTY 8X $_________________EACH = $__________________TOTAL CLIN 0003 – QTY 1 EACH -. TYPE 18-85-27/36 VOLT. SIZE 38.5 X 31.5 X 23.5 – IN ACCORDANCE WITH THE BATTERY REQUIRMENTS AND SPECIFICATIONS LISTED BELOW. QTY 1 X $_________________EACH = $__________________TOTAL TOTAL FOR ALL CLINS - $______________________________ BATTERY REQUIREMENTS AND SPECIFICATIONS: Type: 18-85-23 /36 volt Standard Flooded with cover, cable length 30” Position B Connector: Gray Hyster Forklift Model E40XL Rated at 935 Amp Hour @ 6 hours Battery Size: 38.5 x 25 x 23.5 Quantity: 10 each Type: 18-85-27 /36 volt Standard Flooded Battery w/covercable length 30” Position B Connector Grey Hyster Forklift Model E60XM Rated at 940 Amp Hour @ 6 hours Battery Size: 38.5 x 31.5 x 23.5 Quantity: 1 each Type: 12-125-15 / 24Volt 875 Amp Hours...43 Amps Battery Size: 36 x 14 x 30 Raymond (easi) Order Picker Model# opc 30 TT Cable length 12” Position B Quantity: 8 each IMPORTANT NOTE: All batteries will be equipped with Water master Part# 1518: Philadelphia Scientific or equivalent. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (6) Descriptive literature for submissions of “equal” products to demonstrate the item meets the minimum salient characteristics found in this notice. 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluations of Quotations or Offers – The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price technically acceptable offer. FAR 52.212-4Contract Terms and Conditions–Commercial Items (MAR 2009), Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (APR 2010) in paragraph (b) the following clauses apply: FAR 52.219-6Notice of Total Small Business Set-Aside ALT 1 (JUN 2003) FAR 52.219-28Post Award Small Business Program Rerepresentation (MAR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19Child Labor–Cooperation with Authorities and Remedies (AUG 2009) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36Payment by Third Party (FEB 2010) FAR 52.247-64Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (APR 2010) The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I (JUL 2009) DFARS 252.243-7002 Request for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) All questions and inquiries should be addressed via email to laura.dodson@dla.mil, Request for Quote Number SP3300-10-Q-0129. Pricing, item descriptive literature (for “equal” submissions) and representations/certifications are required NLT 3:00 PM EDT ON 11 JUNE 2010. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0129/listing.html)
 
Record
SN02163039-W 20100529/100527235848-5894b860ba76a661bdf4a856c738db7c (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.