Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

39 -- LEASE OF CONTAINER HANDLING REACH TRUCK

Notice Date
7/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-08-T-0027
 
Response Due
7/18/2008
 
Archive Date
9/16/2008
 
Point of Contact
Amanda Villeret, 6013131503
 
Small Business Set-Aside
N/A
 
Description
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 number W9127Q-08-T-0027 is issued as a Request for Quotation. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-16. This solicitation is not set-aside. NAICS for determination of size status is 532490; Small Business Standard is $6,500,000.00. CLIN 0001: 12 months, LEASE-CONTAINER HANDLING REACH TRUCK. Camp Shelby, Mississippi, wishes to lease for a Base Period with three (3) Option years a reach stacker with scale system with a fixed cab, single seat including tinted glass, front and top wipers, heater, defroster, fan, and air conditioner. A 2-section boom with the capability of stacking 9.5ft and 8.5ft containers, 5 containers high. Shall include at least a 20-50ft telescoping container attachment, rotator, sideshift and pendular floating twistlocks. 21.00 X 25 - 32 ply pneumatic tires. No less than four (4) front work lights mounted on the boom, 2 rear work lights, 2 headlights, 2 front marker lights, 4 direction indicators, 2 stop and tail lights and 2 amber flashing lights located on each side of the boom. Unit shall have an electronic six cylinder turbo charged diesel engine and a 4-speed automatic powershift transmission that provides 4 speeds forward and 4 speeds in reverse and has a directional lever control. Unit shall be delivered fully serviced and ready to be put into operation. Contractor will be required to provide operator orientation training on the unit. Rent will be paid monthly in arrears, upon receipt of a proper invoice from the Contractor. Proposal shall include (broken down into each item) monthly rental, all freight, warranty dealer set-up fees and installation at Camp Shelby, Mississippi. Base period will be from actual date of delivery through the following 12 months, with four option years. CLIN 0002: OPTION YEAR ONE (12 months). CLIN 0003: OPTION YEAR TWO (12 months). CLIN 0004: OPTION YEAR THREE (12 months). Delivery to be made at the RSMS Warehouse, 6506 Warehouse Avenue at Camp Shelby, Mississippi 39407. Prices quoted must include all applicable fees. The following provisions apply: 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation Commercial Items. Evaluation criteria will be based on price. Contractor will be required, upon request from the Government, to provide references to demonstrate capability to perform the requested services. The following FAR clauses apply: FAR 52.202-1--Definitions; 52.203-3--Gratuities; 52.203-5--Covenant Against Contingent Fees; 52.203-7--Anti-Kickback Procedures; 52.203-11--Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12--Limitation on Payments to Influence Certain Federal Transactions; 52.204-4--Printed or Copied on Double-Sided or Recycled Paper; 52.204-7--Central Contractor Registration; 52.209-5--Certification Regarding Responsibility Matters; 52.212-1--Instructions to Offerors-Commercial Items; 52.217-2--Cancellation Under Multiyear Contracts; 52-217-5--Evaluation of Options; 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8--Utilization of Small Business Concerns; 52.222-3--Convict Labor; 52.222-21--Prohibition of Segregated Facilities; 52.222-22--Previous Contracts and Compliance Reports; 52.222-25--Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-35--Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37--Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-50--Combating Trafficking in Persons; 52.223-6--Drug-Free Workplace; 52.225-13--Restrictions on Certain Foreign Purchases; 52.228-8--Liability and Insurance-Leased Motor Vehicles; 52.229-3--Federal, State, and Local Taxes; 52.232-17--Interest; 52.232-18--Availability of Funds; 52.232-33--Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1--Disputes; 52.233-2--Service of Protest; 52.233-3--Protest After Award; 52.233-4--Applicable Law for Breach of Contract Claim; 52.242-13--Bankruptcy; 52.243-1--Changes-Fixed Price; 52.249-2--Termination for Convenience of the Government (Fixed-Price); 52.252-1--Solicitation Provisions Incorporated by Reference; 52.252-2--Clauses Incorporated by Reference. Applicable DFARS clauses: 252.204-7004 Alt A, Central Contractor Registration Alternate A; 252.209-7001--Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.225-7031, Secondary Arab Boycott of Israel; 252.243-7002--Requests for Equitable Adjustment; 252.247-7023--Transportation of Supplies by Sea. Full text of these provisions and clauses may be accessed on-line at http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price service contract. Proposals are due no later than 12:00 P.M. CDT, July 18, 2008, to: JFH-MS-J8-PC, Attn: 1LT Amanda Villeret, 144 Military Drive, Flowood, MS 39232-8861. Proposals may be emailed to amanda.villeret@us.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to Captain LaKetter Ballard at 601-558-2668. The Contracting Offices web site is located at http://www.ngms.state.ms.us/uspfo/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0976b6994ddccf27359ff514804bca13&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
 
Record
SN01611056-W 20080712/080710221433-0976b6994ddccf27359ff514804bca13 (fbodaily.com)
 
Source
FedBizOpps 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.