MODIFICATION
39 -- Forklift
- Notice Date
- 8/18/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- 1 Federal Way, Atwater, CA 95301
- ZIP Code
- 95301
- Solicitation Number
- RFQP06181100012
- Response Due
- 8/23/2011
- Archive Date
- 2/19/2012
- Point of Contact
- Name: Kathy Cole, Title: Contract Specialist, Phone: 2093864650, Fax:
- E-Mail Address
-
k1cole@bop.gov;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: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 RFQP06181100012 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 with a small business size standard of 100.00 employees.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 2011-08-23 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Atwater, CA 95301 The Federal Bureau of Prisons requires the following items, Brand Name or Equal, to the following: LI 001, Line Item 1HYSTER FORTIS PNEUMATIC TIRE FORKLIFT MODEL 1160FT: Nominal 6000 lb capacity at 24" load center. Fortis trucks feature low operating costs, superior ergonomics, greater dependability, and exceptional productivity. Standard Equipment includes: Hyster Stability Mechanism, Integrated Dashboard Display, Operator Restraint System, Infinitely Adjustable Steering Column, Low Fuel Indicator, Duratread Floormat and Operator Presence System (OPS). Additional Features?FORTIS: LPG MAZ 2.2L PWRSHIFT DRUM 40-60?6000 Lb nominal capacity?EXHAUST: Counterweight Rear Exhaust?SYSTEM MONITORING MAZDA LPG?HOOD: Non-Vented?MAST TILT: 6 Degrees Fwd/6 Degrees Back?LOAD BACKREST EXTENSION: 48" High?HYDRAULIC CONTROLS: Cowl Mounted Mechanical Levers?HYDRAULIC VALVE: 3 Function (1 Aux)?RADIATOR: Serpentine Core?ENGINE START: Key switch Start?AIR INTAKE: High Air Intake?STEERING WHEEL: Steering Wheel with Wheel Spinner knob?DIRECTIONAL CONTROL: Directional Lever mounted on the left side of the steering column.?LPG TANK BRACKET: Swing Chit?FUEL SENSOR: Pressure Based LPG Fuel Sensor. Provides notice of a low LPG fuel level with a visual warning on the dash display.?U.L. APPROVAL: Type LP?INCHING CONTROL: Single Inch/Brake Pedal?OVERHEAD GUARD: Tall - 86" High (2185mm)?TREAD WIDTH: Narrow Tread?LITERATURE: (Decals, Marking and Operator Manual): English?Warranty: 12 months/2,000 Hours Manufacturer?s Warranty 36 months/6,000 Hours Manufacturer?s Powertrain Warranty, 1, EA; LI 002, Line Item 2 MAST: 3 Stage Full Free Lift. 187" Max Fork Ht / 91" Lowered / 65" Free Lift / 236" Ext Ht. (4768mm / 2295mm / 1655mm / 5990mm)., 1, EA; LI 003, Line Item 3CARRIAGE: 42" (1067mm) Class III Hook Integral Sideshifter, 1, EA; LI 004, Line Item 4FORKS: 48" Long Class III Hook Type (2"x4.9") Standard Taper, 1220rnm Long, (50mm x 125mm), 1, EA; LI 005, Line Item 5HOSE GROUP: I Aux Function - Internal Mounted, 1, EA; LI 006, Line Item 6DRIVE TIRES: Single Drive Tires - Pneumatic Shaped Solid (PSS) 28, 1, EA; LI 007, Line Item 7STEER TIRES: Pneumatic-Shaped Solid (PSS) 6.50 x 10, 1, EA; LI 008, Line Item 8SEAT: Premium Full-Suspension Vinyl Seat, includes weight, lumbar and back tilt adjustment with over 3" (80mm) of suspension travel to provide maximum comfort for the operator while driving; 6" (150mm) of fore-aft seat travel to accommodate varied operators, Operator Restraint with No-Cinch seatbelt., 1, EA; LI 009, Line Item 9LIGHTS: Dual Front Headlights/Single Rear Work Light Halogen, 1, EA; LI 010, Line Item 10VISIBLE ALARM: Amber LED Strobe Light, keyswitch activated, OHG Mounted - Increases Truck Height by 7 Inches (High Mount)., 1, EA; LI 011, Line Item 11AUDIBLE ALARM: Reverse direction activated. Self-adjusting between 82-102 dB(A)., 1, EA; LI 012, Line Item 12ACCESSORIES: LPG Tank 33.5 lb. Steel with Aux. Fill Valve, 1, EA; LI 013, Line Item 13Delivery, 1, EA; LI 014, Line Item 14Pre-delivery inspection, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Federal Bureau of Prisons 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. Federal Bureau of Prisons 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 or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 45 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQP06181100012/listing.html)
- Place of Performance
- Address: Atwater, CA 95301
- Zip Code: 95301
- Zip Code: 95301
- Record
- SN02540472-W 20110820/110819000129-844347fd09badd5ccb963adde0c6efea (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 |