Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

39 -- Forklift Lease

Notice Date
1/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
31 Quartermaster Rd., Ft. Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W9124M-17-Q-RA-01
 
Response Due
1/17/2017
 
Archive Date
7/16/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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.The solicitation number is W9124M-17-Q-RA-01 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 2005-93-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $32.50M.This requirement is a [ Small Business ] set-aside 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 2017-01-17 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Stewart, GA 31314 The MICC Fort Stewart requires the following items, Brand Name or Equal, to the following: LI 001: Make/Model: Komatsu/FG30SHT-12 (or equivalent) Capacity: 5,000 lbs at 24? load center (or greater) Mast: 2 Stage Wide View Mast Maximum Fork Height: Not more than 120? Collapsed Height: Not less than 72? Attachment: Side Shift Forks: Pallet Style Transmission: Automatic Tires: Pneumatic Drive: 2 wheel Steer: 2 wheel Turning Radius: At least 90 degrees Travel Speed Empty: Not less than 5 mph Forklift Weight Empty: At least 900lbs, 2, EA; LI 002: Pickup and Delivery: The contractor shall deliver (2) Fully Mission Capable forklifts within 48 hours of receipt of contract award and coordination made between the contractor and the COR. Upon delivery, the forklifts shall be inspected by the COR and contractor to ensure that the equipment is without damage or faults. If damage, faults, or any other disqualifying deficiencies are found during delivery, the contractor shall provide equal replacement forklifts within 24 hours. The contractor shall pick up the forklifts at the end of the lease period from the 226th CSC SSA Warehouse within 24 hours of the lease expiration date; after coordination is established with the COR., 2, EA; LI 003: Fuel: Twenty four (24) Full Propane Tanks included with this contract will be delivered to the 226th CSC SSA Warehouse during the duration of this contract: time, dates, locations and amount of tanks will be determined and requisitioned by the COR. The forklifts will be delivered with (12) full propane tanks (Breakdown: 1 full propane tank installed on each forklift and 10 full propane tanks in hand ? for a total of 12 tanks delivered at the time the forklifts are delivered). COR will coordinate with the contractor for the delivery of the remaining (12) full propane tanks when requirement arises from the using unit. If additional propane tanks are required (outside of the (24) full propane tanks established within this contract) the COR will contact the contractor to establish amount needed, delivery location and payment. Payment for any additional propane tanks will be funded through the units Government Purchase Credit Card (GPC) not through this contract., 24, 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, MICC Fort Stewart 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. MICC Fort Stewart 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. DFAR 252.211-7003, Item Identification and Valuation Reference: http://farsite.af.mil This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on the own conveyance to the location listed on the purchase order. No partial shipments unless otherwise specified at time of order. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL To request a questions and answers summary please email clientservices@fedbid.com or submit a request through the "submit a question" feature.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/00d845a0ba7e9572b32f510f40f05a4b)
 
Place of Performance
Address: Fort Stewart, GA 31314
Zip Code: 31314
 
Record
SN04368034-W 20170112/170110234448-00d845a0ba7e9572b32f510f40f05a4b (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  © 1994-2020, Loren Data Corp.