Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2004 FBO #0909
SOLICITATION NOTICE

39 -- Pallet Inverters

Notice Date
5/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
Reference-Number-SB3100-4127-3091
 
Response Due
6/11/2004
 
Archive Date
9/30/2004
 
Point of Contact
Diane Skinnell, Contract Specialist, Phone 717 770-4613, Fax 717 770-5689,
 
E-Mail Address
diane.skinnell@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement for the purchase of four (4) each pallet inverters. 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). Reference Number is SB3100-4127-3091. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 and 23 effective May 5, 2004. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 333999 and the associated size standard is 500 employees to be classified as a small business concern. Line Item 0001 - Pallet Inverter - 4 each @ $___________ each = $____________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule - _________days after receipt of contract. Pallet Inverter Description: Cherry?s Industrial Equipment Corporation Model Number F7923/40/4242 or equal. The following salient characteristics represent the Government?s minimum requirement when offering an equal to product: 180-degree rotation electric motor: 230/460 3 phase 60 Hz TEFC 5 HP maximum jaw opening at least 79? minimum jaw closing at least 23? clamping pressure: 0 to 2000 psi with gauge maximum load size: at least 50? deep x 50? wide load capacity: 4480 lbs color: safety yellow built in forklift tunnels for easy lifting chain balanced dual clamping plates for small load stabilization six station pendant controls attached to inverter side and rear tubular guarding (red color) to prevent accidental access to inverter. The delivery and acceptance address for the pallet inverters will be: Defense Distribution Depot Susquehanna (DDSP), ATTN: DDSP-HW Warehousing Branch, Building 1, Bay 4, 2001 Mission Drive, New Cumberland, PA 17070. The following FAR clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1, Instruction to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. FAR provision 52.212-2, Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of this Request for Proposal. Award will be based on the proposal that provides the total lowest delivered price for the four (4) pallet inverters and that meets the technical acceptability standard. The following criteria shall be used to establish the technical acceptability standard - submission of descriptive literature that clearly indicates the pallet inverter proposed meets all the Government?s minimum requirements indicated by the salient characteristics listed above and submission of past performance information that provides evidence that the Contractor has timely delivered product to the customer. ?Descriptive literature? means information (e.q., cuts, illustrations, drawings, and brochures) that is submitted as part of a proposal. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product quoted that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operation. The term includes only information required to determine the technical acceptability of the quoted product. The failure of the descriptive literature to show that the product quoted conforms to the requirements of this solicitation may result in the rejection of the proposal. Past performance information. The Contractor shall provide 3 customer references for whom the Contractor has provided the same or similar type product. The past performance information should include the following for each reference: 1. Description of item provided 2. Contract number 3. Date of contract award 4. Contract established delivery date 5. Actual product delivery date 6. Dollar amount of contract 7. Issuer of contract - Government agency or Commercial entity 8. Name and telephone for the point of contact for each contract. References may be contacted as part of the evaluation process. Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items (Alternate I) with its price proposal, proposed pallet inverter descriptive literature and past performance information. FAR clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues Or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.203-6 Alternate I ? Restrictions on Subcontractor Sales to the Government, 52.211-6 ? Brand Name or Equal, 52.219-6 ? Notice of Total Small Business Set-Aside, 52.219-14 ? Limitations on Subcontracting, 52.222-19 ? Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 - Prohibition of Segregated Facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 - Affirmative Action for Workers with Disabilities, 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.225-3 ? Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act 52.225-13 ? Restrictions on Certain Foreign Purchases (DEVIATION), 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration 52.247-34 ? F.O.B. Destination. All responsible small business concerns may submit a proposal that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104. Proposal due date and time is June 11, 2004 ? 3:00PM local time. Price proposal, descriptive literature for the pallet inverter, past performance information and the certifications at FAR 52.212-3 Alternate I must be submitted via one of the following methods: (1) email to diane.skinnell@dla.mil, (2) facsimile to 717-770-5689 (Attn: Diane Skinnell) or (3) mail to Defense Distribution Center, Procurement Office (DDC CSS-A), Attn: Diane Skinnell, 2001 Mission Drive, Building 81, New Cumberland, PA 17070. Failure to submit all the above requested information may result in the proposal being eliminated from consideration for award. The name and telephone number of the individual to contact for information regarding this solicitation is: Diane M. Skinnell, Contract Specialist, Phone: 717-770-4613.
 
Place of Performance
Address: Defense Distribution Depot Susquehanna, DDSP-HW, Warehousing Branch, Building 1, Bay 4, New Cumberland, PA
Zip Code: 17070
Country: USA
 
Record
SN00590063-W 20040523/040521211543 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.