SOLICITATION NOTICE
49 -- FORKLIFT MAINTENANCE
- Notice Date
- 1/30/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- DTCG40-03-Q-50180
- Archive Date
- 2/27/2003
- Point of Contact
- Sue Wiedmann, Purchasing Agent, Phone 410-762-6502, Fax 410-762-6056, - Cecelia Whitehead, Contracting Officer, Phone 410-762-6495, Fax 410-762-6056,
- E-Mail Address
-
swiedmann@elcbalt.uscg.mil, cwhitehead@elcbalt.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard Engineering Logistics Center has a requirement for a maintenance agreement with possible options up to 5 years for Raymond Forklifts. Base period of performance is to be from date of award to 9/30/03. Option Year 2 to be 10/1/03-9/30/04 Option Year 3 to be 10/1/04-9/30/05 Option Year 4 to be 10/1/05-9/30/06 Option Year 5 to be 10/1/06-9/30/07 Each offeror is requested to provide a price for each forklifts' monthly maintenance and parts for the base year and each option year the offeror proposes to perform. Equipment located at U.S. COAST GUARD ENGINEERING LOGISTICS CENTER, 6751 ALEXANDER BELL DRIVE, COLUMBIA, MD 21046. Line item no. 1 of this solicitation applies to: (a) 3 ea (each year) fork truck No.,s 537-93-00532,537-93-00533, and 537-95-01845. (b) 4 ea (each year) Order Picker No.'s 152-93-07303, 152-93-07304,152-95-AL11453 and 152-93-07302. Preventive Maintenance service is to be done monthly and in accordance with OEM standards & procedures, with a legible inspection report/sheet for each machine serviced monthly. If machine has not been used enough to warrant preventive maintenance, a report is still required citing the machine, explanation and meter reading. Line item no. 2 of this solicitation applies to: (a) An estimated "Not to exceed" amount for possible parts to perform a repair not covered under normal preventative maintenance. For e.g. misuse, negligence, overloading. Department of Labor (DOL) wage determination No. 1994-22148, Rev. 19, dated 7/29/02 for the Baltimore, Maryland area will be incorporated within this solicitation and any order awarded thereof. Offerors may obtain wage determination information at http://www.dol.gov. Quoter shall provide their hourly wage rate and a parts list with prices of possible items needed for line item no. 2. All responsible and responsive sources are invited to express their ABILITY to perform the above maintenance service via fax to Sue Wiedmann no later than 12 February 2003. Delivery must be FOB Destination, to USCG Engineering Logistics Center, Columbia, Maryland. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Any quotation submitted in response to this notice must be on the offeror's letterhead and must include the following information; proposed delivery in days, warranty, the Tax Identification Number and DUNS Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 02). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Inquiries/information received after the established deadline shall NOT be considered for this particular acquisition. The submission of data for review shall not impede award of a purchase order. The Government does not intend to pay for information solicited. This is a combined synopsis /solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation and incorporated provisions and clauses are those in effect through FAR 2003. NAICS code for this solicitation is 811310 and the small business size standard is $6.0 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 (OCT 2000) Instructions to Offerors-Commercial Items. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JULY 2002) with Alt 1 included (APRIL 2002). FAR 52.212-4 (FEB 2002) Contract Terms and Conditions-Commercial Items. FAR 52.212-5 (MAY 2002) Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. FAR 52.217-5 Evaluation of options, FAR 52.217-9 Options to extend the term of the contract, FAR 52.232-18 Availability of funds. The following clauses listed in 52.212-5 are incorporated: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act, Balance of Payments Program, Supplies (41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (E.O. 12722,12724,13059,13067,13121, and 13129); 52.232-33, Payment by Electronics Funds Transfer- Central Contractor Registration (21 U.S.C. 3332), the time period mentioned in paragraph (b)(1) of the clause is concurrent with the first request. The following items are incorporated as addenda to this solicitation: TAR clause 1252.211-90 Bar Coding Requirements (OCT 1996). TAR clause 1252.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (OCT 1994). Copies of TAR clauses may be obtained electronically at http://www.dot.gov/ost/m60. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), short-term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
- Place of Performance
- Address: U.S. COAST GUARD ENGINEERING LOGISTICS CENTER, WAREHOUSE ANNEX, 6751 ALEXANDER BELL DRIVE, COLUMBIA, MD
- Zip Code: 21046
- Country: USA
- Zip Code: 21046
- Record
- SN00249554-W 20030201/030130213243 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |