Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2019 FBO #6483
SOLICITATION NOTICE

39 -- Narrow-Aisle Reach Forklift (Crown RR5715-35)

Notice Date
8/22/2019
 
Notice Type
Combine Synopsis/Solicitation
 
Contracting Office
6710 Specker Ave, Fort Carson, CO 80913
 
ZIP Code
22030
 
Solicitation Number
CARSONTSCJB06
 
Response Due
8/26/2019
 
Archive Date
2/22/2020
 
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 CARSONTSCJB06 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-08-26 15:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Carson, CO 80913 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Mast/RR: Triple Stage Lift Height 270.0", Free Lift 71.0", Collapsed Height 119.0", Extended Height 318.0", 1, EA; LI 002: Outrigger: Standard I.D. 34.0" O.D. 45.0", 1, EA; LI 003: Sideshifter: 2" Each Direction, 1, EA; LI 004: Fork Type: Standard Taper, 1, EA; LI 005: Fork Spread (Out-To-Out): 27", 1, EA; LI 006: Forks: Standard Length 42.0" Width 4.0" Thick 1.75", 1, EA; LI 007: Load Backrest: 32.5" Wide x 48" High, 1, EA; LI 008: Battery Dimensions: Code C10 - 16.25" x 38.38" x 31.0", 1, EA; LI 009: Battery Connector: SB350 Red, 1, EA; LI 010: Overhead Guard Height: Standard 95.0" High, 1, EA; LI 011: Overhead Guard Support: 3rd Post, 1, EA; LI 012: Steering: Forward, 1, EA; LI 013: Drive Tires: Poly -364, 1, EA; LI 014: Load Wheels: Tandem Articulating 5 x 4.1 (-302) (Wheel Factor 11), 1, EA; LI 015: Outrigger Tips: Standard, 1, EA; LI 016: Mast Guard: Full Glass, 1, EA; LI 017: Lights: LED Worklights - OHG Mounted, 1, EA; LI 018: Travel Alarm: Smart Alarm - Both Directions (Forward / Reverse), 1, EA; LI 019: Key Switch: Keyless On/Off, 1, EA; LI 020: Warning Device Light: LED Flashing Light - Amber, 1, EA; LI 021: Paint: Crown Beige/Gray, 1, EA; LI 022: Language: U.S. English, 1, EA; LI 023: Warranty: Standard - One Year/Unlimited Hours, 1, EA; LI 024: Shipping Prep: Skidding, 1, EA; LI 025: Safety: Entry Bar Safety Switch, 1, EA; LI 026: Traction Control: OnTrac Anti-Slip Traction Control, 1, EA; LI 027: Battery: *EnerSys, HUP 12-125P-19, 1125 AH, 24V, 1, EA; LI 028: Battery Watering: *Single Point Battery Watering System, Electrolyte Sensor and Direct Fill Link Hose, 1, EA; LI 029: Battery Charger: *VForce High Frequency Charger, Single or Three Phase, 208, 240 or 480V, Must confirm prior to order., 1, EA; LI 030: Shipping to Training Support Center, Fort Carson, CO, 1, EA; LI 031: Dealer Prep: Dealer Set Up and Check Up After Delivery, 1, EA; LI 032: 3,500 lb. Capacity @ 24" Load Center, 1, EA; LI 033: Access 1 2 3" ® Comprehensive System Control, Crown Manufactured Motors, Controllers, and Drive Units, 1, EA; LI 034: OnTrac Anti-Slip Traction Control, 1, EA; LI 035: Offset Articulated Drive Axle With 190 Deg Steer Arc, 1, EA; LI 036: Work Relief Center (Includes Variable Side Stance / Flexible Five Point Positioning / Back Support With Integral Hip Support / Arm and Elbow Support Padding / Padded Compartment Interior Walls / Operator Console With Work Surface and Storage / Lower Storage Compartment / Suspended Floor / 270 sq. in. Floor Area / Non-Skid Rubber Floor Mat and Console Light), 1, EA; LI 037: High Visibility Power Unit and Mast, 1, EA; LI 038: Tilting Fork Carriage, Multi-Task Controller and Steer Tiller, 1, EA; LI 039: On-Demand Power Steering, Display (Includes 5 Key Navigation / Multi-Line Display / Event Code Readout / Four Hour Meters / Fuel Gauge w/Lift Interrupt and PIN Security), High Speed Lift Cut Out 12" From Maximum Lift, Emergency Power Disconnect, 1, EA; LI 040: Large Diameter Battery Rollers, 1, EA; LI 041: Color Coded Wiring, 1, EA; LI 042: InfoPoint System with Quick Reference Guide, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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 End User 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/4e734b3e3a99f945ebfb25b5af25fd2b)
 
Place of Performance
Address: Fort Carson, CO 80913
Zip Code: 80913
Country: US
 
Record
SN05415063-F 20190824/190822230046 (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.