Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1996 PSA#1674

Commanding General, Contracting Division, Marine Corps Base, P.O. Box 8368, Camp Lejeune NC 28547-8368

39 -- PIGGYBACK RAMPS Sol M6700196QC172. Due 092596. Contact Contract Specialist, Raymond Nouchi, 910-451-3016. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement M6700196QC172 is issued as a Request for Quotation and constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-39. The proposed acquisition is unrestricted. The standard industrial classification (SIC) code for this acquisition is 3537 and the Small Business Size Standard is 750. ITEM 0001 - Brute II Piggyback Ramp, LESCO Model #E-1, Brand Name or Equal, 2 EA. (Offerors must state Manufacturer's Name, Brand, and Model or Part No. they are offering) SPECIFICATIONS: Rated Capacity: 125,000 lbs, Gross Weight: 13,500 lbs minimum, Hoisting Mechanism: Dual hydraulic cylinders (``Fail safe'' locking valve on inlet ports), Main Ramp Deck: One piece construction-9'-1'' wide with 6.25# self cleaning expanded metal, side rails have rounded top edges to prevent tire damage, Bridge Plate/Approach Ramps: (4) Manually operated 28'' W x 48'' L with anti-skid surface, Stabilizers: (2) Manually operated outriggers with 6'' sand shoes, Folding Nose: (1) Retractable fifth wheel towing device, Tires: (2) 8.25 x 20,10 ply with tubes, Vehicle Centering Guides: Top section of main frame, Paint: 2 coats Alert Yellow-one primer coat over sandblasted steel, one finish coat, Chain: (1) Folding nose lifting chain w/hook, (1) Rail car retainer chain w/hook, Vehicle Indicator Lights: Prewired, industrial grade signal lights to indicate ramp status (parking, reversing, and left & right turns). Delivery 60 to 90 days after award. F.O.B. Destination. Delivery, inspection and acceptance will take place at Freight Traffic Branch, Bldg 1011, Marine Corps Base, Camp Lejeune NC 28542. Award will be based on price and price related factors. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 52.212-1 Instruction to Offerors- Commercial Items (OCT 1995); 52.212-3 Offeror Representations and certifications-commercial items (JUN 1996); 52.212-4 Contract terms and conditions-commercial items (OCT 1995); 52.212-5 Contract terms and conditions required to implement statutes or executive orders-commercial items (JUN 1996) including the additional FAR clauses cited within the clause under paragraph (b) (6) through (9); DFAR 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense acquisitions of commercial items (NOV 1995) (Clauses included by reference are 252.225-7001 Buy American Act and Balance of Payments Program (JAN 1994) and 252.225-7036 North American free trade agreement implementation Act (JAN 1995)), 252.225-7035 Buy American Act - North American Free Trade Agreement Implementation Act - Balance of payments program certificate (MAY 1995), 252.212-7000 Offeror representations and certifications-commercial items (NOV 1995) and 252.211-7003 brand NAME or EQUAL (DEC 1991). Offers shall include descriptive literature in accordance with the Brand Name or Equal Clause and shall clearly describe and mark the descriptive literature with any modifications intended to make a product conform to the solicitation requirements. The Contractor's standard commercial warranty shall apply. The successful offeror shall provide two copies of the warranty prior to award. The offeror is requested to provide their Contractor's Establishment Code (CEC) and Commercial and Government Entity (CAGE) Code with their offer. The CAGE code entered must be for that name and address provided by the Contractor. If the offeror does not have a CAGE code, it may ask the Contracting Officer to request one from the Defense Logistics Services Center (DLSC). Offerors responding to this annoucnement shall submit their offers in accordance with 52.212-1 and a completed copy of FAR provision 52.212-3 and DFAR provisions 252.225-7035 and 252.212-7000. Offers must be received at Contracting Division, P.O. Box 8368, MCB, Camp Lejeune, NC 28547-8368 by 2:00 P.M., 25 September 1996. For information regarding the solicitation, contact Raymond Nouchi at (910) 451-3016 or FAX (910) 451-2331. (248)

Loren Data Corp. http://www.ld.com (SYN# 0187 19960905\39-0001.SOL)


39 - Materials Handling Equipment Index Page