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