|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718FISC Norfolk Detachment Washington, 901 M St., S.E., Bldg. 200, 4th
Fl., Washington, DC 20374-5014 35 -- FORKLIFT SOL N00600-96-Q-4154 DUE 061896 POC For a copy of the
solicitation, fax request to (202) 433-9569. For additional
information, contact: Mrs. Yvette Jenkins (703) 602-3592 or Ms. Brenda
Harley (703) 602-3760. The Fleet and Industrial Supply Center, Norfolk
Detachment Washington has a requirement for a Simplified Acquistion. I.
This is a combined synopsis/solicitation for lease with option to
purchase of a commercial items prepared in accordance with the Format
in FAR Subpart 12.6, supplemented with additional information included
in this notice. This announcement constitutes the only solicitation;
written quotations are being requested and a written solicitation will
not be issued. II. This solicitation number N00600-96-Q-4154 is issued
as a request for quotation (RFQ). All references to ''offers'' are
understood to be ''quotations''. III. The Solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 37. IV. FAR 52.219-6, Notice of Total Small
Business Set-Aside is hereby incorporated by reference. The standard
industrial classification code is 35 and the small business size
standard is 3537. V. A list of contract line item number (s) and items,
quantities and units of measure (brand name or equal) are: CLIN 0001:
Truck, Forklift lease (12 mo.) with option to purchase. CLIN 0002:
Purchase of Truck Forklift (1 ea.) (option). VI. Description of
requirements for the items to be acquired are: CLIN 0001. Tuckk
Forklift make: Hyster Sales Co. Model: H80XL or Kalmar AC, Inc. Model:
C-80H-L-PS, 8,000 pound capacity forklift for warehouse use, with an
option to purchase the equipment. The equipment, new and unused, shall
be a manufacturer's current production model. The salient
characteristics of the equipment are: a. 8,000 lb. capacity, b. liquid
propane gas powered, c. up to 60 in. pallet, d. pneumatic tires, e.
maximum lift height 172 in., f. collapsed mast height 88 in. (maximum),
g. audible back-up alarm. vII. FOB: Destination: GSA Warehouse Complex,
Aburn, WA 98001. VIII. FAR 52-212-1, Instructions to Offers-Commercial
Items, is incorporated by reference and applies to this acquistion.
IX. Evaluation: The Government will award a purchase order resulting
from this solicitation/request for quotation of the responsible offer
whose quotation conforming to the solicatation will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate quotation; (i) Technical
capabilities of the items/service offered to meet the Government
requirement requirements and (ii) Price. Technical is approximately
equal to price in terms of evaluation. X. Offerors shall include a
completed copy of the provisions at FAR 52.212-3, Offeror
Representation and Certification Commercial Items, and DFAR
252.212-7000, Offerors Representation and Certification Commercial
Items, with its written quotation. XI. FAR 52.212-4, ''Contract Terms
and Conditions-Commercial Items'' is incorporated by reference and
applies to this acquistion and resulting purchase order. The following
terms and conditions are added as an addendum to this clause: Type of
purchase order. The resulting purchase order will be a
firm-fixed-price purchase order. FAR 52.232-18, Electronic Funds
Transfer Payment (APR 1984). XII. FAR 52-212-5, Contract Terms and
Conditions Required to Implement Statues or Exective Orders-Commercial
Items is incorporated by reference, however only the following
provisions within the clause apply to this acquistion: 52.203-10 Price
or Fee Adjustment for Illegal or Improper Activity, 52.219-8
Utilization of Small, Small Disadvantaged and Women Owned Small
Business Concerns, 52.219-14 Limitation on Subcontracting, 52.222-26
Equal Opportunity, 52.222-35 Affirmative Action for Special Disable and
Vietnam Era Veterans, 52.222-36 Affirmative Action or Handicapped
Workers, 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, DFAR 252.212-7001, Contract Terms and
Conditions Required to Implement Statues Applicable to Defense
Acquistion of Commercial Items, is incorporated by reference, however,
under paragraph b only the clauses listed here apply: 252.225-7001,
Buy American and Balance of Payment Program, 252.225-7012, Perference
for certain Domestic Metal, 252.247-7024, notification of
Transportation of Supplies by Sec. XVI. Written quotations are due 18
June 1996, 4:00 pm at FISCNORVADETWASH, Customer Service Center, 901 M
Street, SE, Washington Navy Yard, Bldg., 200, 4th Floor, Washington,
DC 20374. Written quotations must contain the information required by
FAR 52,212-3, DFAR 22.212-7000 and FAR 52.212-1. XVII. The following
individuals should be contacted for information regarding this
solicitation will be Mrs. Yvette Jenkins on (703) 602-3592 or Ms.
Brenda Harley on (703) 602-3760. IMPORTANT: Written quotations must
include all the information required by FAR 52.212-1 and FAR 52.212-3.
Include technical literature if offering something other than brand
name and model number, all technical literature shall be written in the
English language. (0311) Loren Data Corp. http://www.ld.com (SYN# 0165 19961107\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|