Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1996 PSA#1619

Officer in Charge of Construction, Naval Weapons Station, 2316 Redbank Road, Suite 100, Goose Creek, SC 29445-8601

39 -- PURCHASE OF ONE EACH, NEW, CONTAINER HANDLER, MINIMUM 60,000 POUND CAPACITY, NAVAL WEAPONS STATION, CHARLESTON, SC Sol N62467-96-B-4417. Due 071696. POC: Pam Smith, Contract Specialist, or J.D. Thompson, Contracting Officer, (803)764-7400. This is a combined synopsis/solicitation for a commercial item 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; bids are being requested and a written solicitation will not be issued. The solicitation number N62467-96-B-4417 is issued as an IFB. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. This is 100% set-aside for small business concerns. The Standard Industrial Classification Code is 3537 and the small business size standard is 750 employees. This acquisition is not part of the small business competitiveness demonstration program. Contract Line Item 0001 is for the purchase of one each container handler. The container handler shall, as a minimum, be in accordance with the requirements of this specification and shall be the manufacturer's standard commercial product. A standard commercial product is a product which has been sold or is being offered for sale on the commercial market through advertisement, manufacturer's catalogs, or brochures, and represents the latest production model. The container handler shall have the capacity to lift a minimum load of 60,000 pounds. All controls and indicators shall be located within easy reach of the operator in the operator cab, and readily accessible under all conditions of operations. All controls shall be clearly marked as to their use and function. The engine shall be diesel powered with a minimum 225 BHP at 2400 RPM. Power steering is required. Tires shall be configured with front dual tires and rear single tires. Ground clearance shall be a minimum of 17 inches. The container handler shall be capable of lifting 20 foot containers. Maximum mast height, lowered, shall be 221 inches. Minimum, raised, fork height, shall be 253 inches. Mast shall be capable of tilting 5 degrees forward and 10 degrees backward. The spreader assembly shall be capable of adjusting to compensate for misaligned or offset loads without moving the truck. The spreader must slew plus or minus 6 degrees. Compensation should shift forward, backward, and to the side. The container fixture must be capable of extending in and out up to 6 inches from face of mast. The container handler shall be air conditioned. The container handler shall be warranted for parts and labor for a minimum period of six months from delivery of equipment. All operation manuals, parts manuals, service manuals, maintenance manuals, and training manuals shall be furnished with the equipment at time of delivery. The government will provide for all maintenance except that covered under the provisions of the manufacturer's warranty. Item to be furnished hereunder shall be delivered to: Officer in Charge of Construction, Building 900, Naval Weapons Station Charleston, 2316 Redbank Road, Goose Creek, SC 29445-8601. Prior to delivery, contact Mr. Paul Randolph at (803)764-7001. Delivery is desired within 90 days. If bidder is unable to meet the above delivery schedule, he may, without prejudice to the evaluation of his bid, set forth his proposed delivery schedule, but such delivery schedule must not extend the delivery beyond the required delivery schedule of 120 days. Bids offering delivery that will not clearly fall within the applicable required delivery period specified above will be considered non-responsive and will be rejected. If the bidder does not propose a different delivery schedule, the government's desired delivery schedule shall apply. Preservation, packaging and packing shall conform to the uniform freight classification rules in effect at the time of shipment and in such a manner as to insure acceptance by common or other carrier for safe transport. At the lowest rate, to the point of delivery. The contractor shall mark all shipments under this contract in accordance with MIL-STD-1188, commercial packaging of supplies and equipment. Final inspection of the container handler to be furnished hereunder shall be made by a representative of the government at destination. Acceptance of the container handler will be at destination. Bids submitted on a basis other than F.O.B. destination will be rejected as non-responsive. Provision FAR 52.212-1, instructions to offerors--commercial applies. Provision FAR 52.212-2 evaluation--commercial items applies; 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: technical capability of the item offered to meet the government requirement and price. Offerors are advised to include a completed copy of the provision FAR 52.212-3, offeror representations and certifications--commercial items, with its offer. Clause FAR 52.212-4, contract terms and conditions--commercial items, applies to this acquisition. Other applicable FAR Clauses are 52.203-6 restrictions on subcontractor sales to the government, with Alternate I, 52.203-10 price or fee adjustment for illegal or improper activity, 52.219-8 utilization of small business concerns and small disadvantaged business concerns, 52.219-9 small, small disadvantaged and women-owned small business subcontracting plan, 52.219-14 limitations on subcontracting, 52.222-26 equal opportunity, 52.222-35 affirmative action for special disabled and Vietnam Era Veterans, 52.222-36 affirmative action for handicapped workers, 52.222-37 employment reports on special disabled veterans and veterans of the Vietnam Era, 52.225-3 Buy American Act, and 52.247-64 preference for privately owned U.S.-flag commercial vessels also apply to the acquisition. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations Systems (DPAS)(15 CFR 700), and the contractor will be required to follow all of the requirements of this regulation. See numbered Note 1. Bids are due 16 July 1996 by 1600 hours to the Officer in Charge of Construction, Code 097, Weapons Station Charleston, 2316 Redbank Road, Suite 100, Goose Creek, SC 29445-8601. POC: Pam Smith (803)764-7400. (169)

Loren Data Corp. http://www.ld.com (SYN# 0235 19960618\39-0001.SOL)


39 - Materials Handling Equipment Index Page