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