Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1999 PSA#2423

Department of the Treasury, Internal Revenue Service, 6009 Oxon Hill Road, Suite 700, ATTN: M:P, Oxon Hill, MD 20745

39 -- FORKLIFT SOL TIRNO-99-Q-AIA08 DUE 091399 POC Natika L. George (202) 283-1471 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulaiton (FAR) Subport 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitaion; proposals are being requested and a written solicitation will not be issued. The solicitation number is TIRNO-99-Q-A1A08 and is being issued as Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. The Internal Revenue Service intends to procure, under full and open competition, the following CONTRACT LINE ITEMS -- (1) CLARK FORKLIFT, MODEL #TMG15s, ELECTRIC SIT-DOWN RIDER 1.00 EACH. -3,000 LBS CAPACITY AT 24" LOAD CENTER, -188" FORK LIFT HEIGHT, -83" OVERALL COLLAPSED HEIGHT, -42" FORK LENGTH, -71.3" LENGTH TO FORK, -SOLID STATE TRANSISTOR CONTROL SYSTEM, -SEPARTELY EXCITED DRIVE MOTORS, -REMOTE DIAGNOSTICS, -PERFORMANCE ADJUSTMENT CAPABILITIES, -PEDAL ACTUATED REGENERATIVE BRAKING, -NO FORWARD, REVERSE OR BYPASS CONTRACTOR, -ABILITY TO MAINTAIN CONSTANT SPEED AND TORGUE WITH VARYING LOAD AND WEIGHT, -POWERED REVERSING DRIVE MOTORS IN TIGHT TURNS, -- 36 VOLT, 625 AHC INDUSTRIAL BATTERY, -HYDRAULIC SIDESHIFTER, -BACK-UP ALARM AND AMbER STROBE LIGHT, -HEADLIGHTS, -CUSHION DRIVE AND STEER TIRES, LUG PATTERN,(2) CHARGER, MODEL #VFR18CEM640 1.00 EACH 208/2440/480 VAC, 1 PHASE, FULLY AUTOMATIC,(3) CROWN FORKLIFT, MODE #RD5020-30, ELECTRIC, DOUBLE REACH NARROW AISLE 1.00 EACH, LIFT CAPACITY EQUALS 2750 LBS AT 240"/3000 LBS AT 220" MAST HEIGHT; 240" FORKLIFT HEIGHT, MINIMUM LIFT HEIGHT; 107" OVERALL COLLAPSED HEIGHT, MAXIMUM; 59" FREELIFT HEIGHT, MINIMUM; 42" FOR LENGTH; 56.6" HEAD LENGTH, MAXIMUM; 49" OVERALL STRADDLE WITH OF MAXIMUM; 53" REACH EXTENSION FROM FRONT OF MAST MINIMUM; SIDE SHIFTING FORK CARRIAGE, ITA CLASS II MINIMUM; TILTING FORK CARRIAGE; 13"X5.5" DRIVE TIRE MINIMUM; TRANSISTOR CONTROL SYSTEM FOR DRIFE HYDRAULIC PUMP, STREERING & BRAKING; PIN SECURITY ACCESS; COLOR CODED WIRING ALPHANUMERIC DISPLAY PANEL WITH ACCESS TO SELF DIAGNOSICS & STORAGE OF FALTS; PROGRAMMABLE PERFORMANCE ON BOARD CAPACITY DATA MONITOR; SUSPENDED FLOOR BOARD AND BRAKE PEDAL TO CUSHION OPERATOR AGAINST VIBRATION & SHOCK; 270 SQ INCH FLOOR AREA; HIGH PADDED BACKREST; THIGH PAD & ARM REST MADE OF SOLID MATERIAL NOT FOAM FILLED; OPERATOR CONSOLE WITH WORK SURFACE; DOME LIGHT IN OPERATIORS COMPARTMENT; 4HR METERS FOR POWER, TRAVEL LIFT FUNCTION & STEERING; BATTERY DISCHARGE INDICATOR W/LIFT INTERRUPT; DRIVE & CASTER ASSEMBLY UNIT MOUNTED ON ARTICULATED PLATFORM TO ENCHANCE TRACTION & BRAKING FORCES; 36" HIGH LOAD BACKREST MAXIMUM; FORWARD STEERING; INTEGRAL OPERATOR COMPARTMENT FAN; AMBER STROBE LIGHT; BACKUP ALARM, BATTERY 36 VOLT 750 AHC @ 6HR RATE; AND BATTERY COMPARTMENT 4.25"X38.38"X31" HIGH, MAXIMUM,(4) CHARGER, MODEL #VFR18-CEM750 1.00 EACH 208/240/480 VAC, SINGLE PHASE FULL AUTOMATIC,DELIVERY: The Contractor shall deliver the equipment to IRS/Martinsburg Computing Center (CCF), MS #222, Murall Drive, Martinsburg, WV 25401. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excluding holidays. Delivery shall be made within 30 days from receipt of award. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial, and FAR 52.212-2, Evaluation -- Commercial Items, apply to this acquisition. Proposals will be evaluated on the basis of lowest overall price. Offerors shall include a fully executed copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications -- Commerical Items, with their offer. FAR clause 52.212-4, Contract Termsand Conditions-Commercial Items, applies to this acquisition. Per FAR 12.603 (b) the SF 1449 is not used. FAR cluase 52.212-5, Contract Term and Conditions Required to Implement Statues or Executive Order-commercial Items, applies to tis acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterns, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Repors on Special Disabled Veterans and Veterans of Vietnam Era, and 52.225-3, Buy American Act-Suplies. Offerors not in possession of the abouve reference clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above reqirements shall submit written quotations no later than 15 days from the published date of this announcemnt. The Governmnent intends to award a firm fixed price order. All quotes shall include price (s); FOB point; a POC (name and telephone number); GSA contract number if applicable; delivery date; business size and payment terms. Quotes over 10 pages in total in writing and received by facsimile at (202) 283-1511 or mail. See number Note 1. Posted 08/30/99 (W-SN374075). (0242)

Loren Data Corp. http://www.ld.com (SYN# 0241 19990901\39-0001.SOL)


39 - Materials Handling Equipment Index Page