Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
SOLICITATION NOTICE

39 -- Furnish and Deliver two (2) Fork Lifts to George Washington & Jefferson NFs in VA - Specifications_Quote Sheet

Notice Date
7/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-12-0023
 
Archive Date
8/23/2012
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112, Rene VanDenHeuvel, Phone: (540) 265-5191
 
E-Mail Address
shelmick@fs.fed.us, rvandenheuvel@fs.fed.us
(shelmick@fs.fed.us, rvandenheuvel@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications_Quote sheet. Complete and return this entire document to submit your quote. Combined Synopsis/Solicitation Solicitation Number: AG-3395-S-12-0023 Description: Provide two (2) fork lifts per specifications attached. The Forest Service has three (3) fork lifts offered for trade in. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a Request for Quotation (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-54. This procurement is set aside for small business. The NAICS code is 333924 and the Small Business Size Standard is 750 employees. The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) 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: 1. Technical capability of product to meet Government requirements. 2. Price Related factors: warranty, service/repair locations 3. Price: Governments evaluation will include total cost to the Government for delivery of new units to 2803 Dungannon Road, Coeburn, VA 24230 and the total value of the trade-in amounts offered. Any awards resulting from this solicitation will be firm, fixed price contracts. Technical capability of products and price related factors, when combined, are more important than price in the evaluation process. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2012) (Offeror must complete this certification online at https://orca.bpn.gov or print this clause in full, complete the appropriate blocks, and submit with your offer) AGAR 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION ALT 1 (DEVIATION 2012-01) (FEB 2012) (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 52.212-4 Contract Terms and Conditions - Commercial Items (JUNE 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2012) Clauses listed in 52.212-5 that apply to this solicitation: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (DEC 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act-Supplies (Feb 2009) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) AGAR 452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS ALT 1 (DEVIATION 2012-01) (FEB 2012) (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434. 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. SUBMIT QUOTATIONS: Use the attached Specifications_Quote Sheet to submit your response to this solicitation. Quotes must be received on or before August 8, 2012 @ 3:00 pm EST. You can submit you quote by regular or express mail, TO: USDA, Forest Service Attn: Sherry Helmick 5162 Valleypointe Parkway Roanoke, VA 24019-3050 OR Fax your quote to: 540-265-5109. You may call 540-265-5112 to confirm delivery of your fax. Offerors may submit product literature of the offered products and information that addresses the required specifications. There are three (3) units available for trade-in. The year, type, condition, etc. are listed on the attached Specification_Quote Sheet. Additional information on these trade-ins can be obtained by contacting Rene VanDenHeuvel at 540-265-5191. Award will be made to the responsible quoter offering the lowest unit price per line item, including Trade-in values offered. The government may award up to 2 contracts from this solicitation. You may quote on single Line Items or all Line Items. Units shall be delivered to: USDA Forest Service ATTN: Rene VanDenHeuvel 2803 Dungannon Road Coeburn VA 24230 Trade-In units will be available for pickup in Coeburn, VA when new units are delivered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-12-0023/listing.html)
 
Place of Performance
Address: 2803 Dungannon Road, Coeburn, Virginia, 24230, United States
Zip Code: 24230
 
Record
SN02815494-W 20120727/120726000638-be43ba969024da8f27973bef408c0032 (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.