SOLICITATION NOTICE
30 -- Forklift
- Notice Date
- 7/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0189
- Archive Date
- 8/9/2011
- Point of Contact
- Jennifer R. Begg, Phone: 9375222277
- E-Mail Address
-
Jennifer.Begg@wpafb.af.mil
(Jennifer.Begg@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for an EE rated, four wheeled forklift with treaded cushion or solid pneumatic tires, to work in areas that store combustible and flammable material, was prepared in accordance with the format in Federal Acquisition Requirements (FAR) 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 number for this requirement is FA8601-11-T-0189 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, 05 July 2011. This solicitation document is Full and Open Competition under North American Industry Classification System Code 334510. Size standard is 750 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Requirements THE REQUESTED FORKLIFT MUST BE ONSITE BY 24 AUGUST 2011. Quantity of one forklift • Forklift must comply with ANSI B56.1-1969 • EE rated (must comply with NFPA 505(2002) 3.3.2.8 that electrical motors and all other electrical equipment completely enclosed to prevent spark from escaping • 4 wheeled (non-tricycle style 4 wheels) • Lift Capacity minimum 4000lbs • Power steering • Cushion Traction tires for steering o 3 way hydraulic valve with separate shift controls including side shift o Drive and Steer tires must be treaded cushion rubber OR treaded solid pneumatic • Mast Specifications (anything within the noted specs is acceptable) o Max height: 186" - 189" o Lowered height: 83" - 85" o Mast Tilt: 5 - 6 deg forward/ 5 deg back o Fork length: 42" - 48" o Load Backrest: 48" tall o Carriage: 36"- 41.2"wide o Overhead guard: high visibility • On board self diagnostics • Parking brake warning • Operator sensing system • Back up alarm • Battery discharge gauge (indicator) with lift interrupt • Tilt steering column or tilt steering wheel • Rear view mirror • Headlight, stoplights, and strobelights • Standard seat with full suspension, Operator restraint system w/ retractable seat belt • All service manuals, wiring diagrams, parts listings, operators manuals, and all warranty information Quantity of one Battery • Minimum 36 Volt • 900 to 1050 Amp Hour Cap. Battery Quantity of one Battery Charger • 3 phase, with 36 volt minimum charger Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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 Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price 6) Shipping (Include Shipping Cost) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: 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. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252/225-7036. Buy American Act-Free Trade Agreements-Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions All Quotations and responses must be received no later than 2:00 PM, Eastern Standard Time on 25 July 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Jennifer.Begg@wpafb.af.mil via a PDF compatible attachment: Any questions should be directed to Jennifer Begg at Jennifer.Begg@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0189/listing.html)
- Record
- SN02497979-W 20110715/110713235618-dda8359066701fb4e69dccc930316ebe (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 |