SOLICITATION NOTICE
99 -- Telehandler Forklift
- Notice Date
- 9/18/2017
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- RR #2, Box 9200, Kingshill, VI 00850
- ZIP Code
- 00850
- Solicitation Number
- W9127P-17-Q-5404
- Response Due
- 9/22/2017
- Archive Date
- 3/21/2018
- 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 W9127P-17-Q-5404 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333517 with a small business size standard of 500.00 employees. 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 2017-09-22 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Norfolk, VA 23511 The National Guard - Virgin Islands requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: TELEHANDLER GTH-636 FORKLIFT MODEL YEAR BETWEEN 2016-2017 1yrs WARRANTY UPON RECEIPT OF EQUIPMENT Measurements US: Maximum lift height 36 ft Maximum forward reach 21 ft 11 in Reach at maximum height 1 ft 10 in Height, stowed 7 ft 10 in Length, stowed (without forks) 17 ft 10 in Width 7 ft 11 in Wheelbase 10 ft 11 in Ground clearance, center 1 ft 3 in Ground clearance, axle 1 ft 5 in Fork cross section 2 x 4 in Productivity: Maximum lift capacity 6,000 lbs Lift capacity at maximum height 5,000 lbs Lift capacity at maximum reach 1,500 lbs Drive speed 18 mph Boom up/down 10/8 sec Boom extend/retract 11/9 sec Draw bar pull 15100 lbs Turning radius, outside (4WS) 13 ft 4 in Auxiliary hydraulic flow 2-15 gpm Auxiliary hydraulic pressure 3,000 psi Tires, standard size 13 x 28 in, 12 ply Power: Power source Deutz TD 2.9 L4 turbo charged diesel, Tier 4f 74 hp Electrical system System: voltage 12 volt Alternator 95 amp 1000 CCA at 0 °F (-18 °C) Hydraulic tank capacity 34.0 gal Hydraulic system capacity (w/tank) 46.5 gal Fuel tank capacity 27.0 gal Weight 17,600 lbs, 1, EA; LI 002: FREIGHT DLA DISTRIBUTION NORFOLK VA ATTN DDNV-O (DODAAC: SW3185) 9248 VIRGINIA AVE BLDG CEP 201 NORFOLK VA 23511-5000, 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, National Guard - Virgin Islands 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. National Guard - Virgin Islands 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. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination OCONUS (outside of the 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. 52.204-7 -- System for Award Management 52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-13 “ System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 “ Basic Safeguarding of Covered Contractor Information Systems 52.204-22 “ Alternative Line Item Proposal 52.209-10 “ Prohibition on Contracting With Inverted Domestic Corporations (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-28 “ Post-Award Small Business Program Rerepresentation 52.222-3 -- Convict Labor 52.222-19 -- Child Labor ”Cooperation with Authorities and Remedies 52.222-21 -- Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity 52.222-50 -- Combating Trafficking in Persons 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 “ Providing Accelerated Payments to Small Business Subcontractors 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim 52.252-2 -- Clauses Incorporated by Reference Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.acq.osd.mil/dpap/dars/far.html (End of Clause) 52.252-6 -- Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ś(DEVIATION) ť after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ś(DEVIATION) ť after the name of the regulation. (End of clause) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support this clause is to be included full text. FEDBID terms form does not allow for such a long description. Please see the DFARS full clause online at http://farsite.hill.af.mil/vmDFARA.HTM 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7031 Secondary Arab Boycott of Israel 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports WideArea WorkFlow system is required for invoicing this prospective contract. If WAWF is not accessible, invoicing will not be available until access is granted. 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by S New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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. 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/notices/b5201708bf22c172a9198687cece7fda)
- Place of Performance
- Address: Norfolk, VA 23511
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN04682853-W 20170920/170918232120-b5201708bf22c172a9198687cece7fda (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 |