Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

39 -- Material Handling Unit 10,000Lbs

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
193 SOW/MSC, Contracting Office Alley, 79 Mustang Alley, Middletown, PA 17057
 
ZIP Code
17057
 
Solicitation Number
F7A3LC0225A001
 
Response Due
9/24/2010
 
Archive Date
11/23/2010
 
Point of Contact
Erik Smith, 717-948-3105
 
E-Mail Address
193 SOW/MSC
(erik.smith.6@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The NAICS Code is 333924 and the small business size standard is 750 employees. This solicitation number F7A3LC0225A001 is issued as an RFQ. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Offers shall propose a fixed price for: one walk behind material handling unit. conforming to the below specification (2) shipping (FOB Destination). Delivery will be to Middletown, PA(79 Mustang Alley, Middletown, PA 17057-5071). Brand Name or Equal to Rico Manufacturing HLW-DD-100 Heavy Duty High-Lift Walk Behind Truck. Specifications for 10,000-lbs capacity walk-behind straddle material handling unit: Capacity minimum of 10,000-lbs with side-shifting fork-postioner. Straddle legs/ outriggers: inside dimensions no less than 92 inches no greater than 94, outside dimensions, 109 inches to 111 inches, height max 14 inches high, length has to be minimum length to support load safely. Load Center 54 inches Fork lift height 150 inches, Fork lowered height 2 inches to 3.25Inches max. At the lowest height the top of the forks cannot be greater than 3.25 inches from the ground. Tilt: approximately 2 to 3-degree forward & 2 to 3-degree rear, or safest allowable tilt to prevent tipping at max load. Forks: 2.5 inches thick x 8inches wide x 84 inches long Side-shifting/ fork positioner hydraulic attachments, which allows forks to move 12 inches left or right plus or minus 3 inches and also move in & out independently from center to 90 inches out plus or minus 12 inches. Dual drive, with variable speed control, with non-marking or white tires, this is to prevent damage to finish on warehouse floor. Battery unit to provide power for operation. 1 Battery Charger that can hook-up to building power source. Also to include: (a) back-up alarm, (b) battery discharge indicator with lift lock-out, (c) parking brake,(d) horn, (e) hour meter, (f) key switch, (g) rear-view mirrors, (h) safety flashing strobe light. The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability. Offerors will submit technical specifications of the product, to include warranty information, with the quote. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration APRIL 2008 52.211-6 Brand Name or Equal AUGUST 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APRIL 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2008 52.219-6 Notice of Small Business Set-Aside 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American Act Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea MAY 2002 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Quotes are due no later than 3:30p.m. EDT, 24 September 2010, to 193 MSG/MSC, Attn: TSgt Erik Smith, 79 Mustang Alley, Middletown, PA 17057-5071. Quotes can be emailed to erik.smith.6@ang.af.mil or faxed to 717-948-2561. 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/. Point of Contact: TSgt Erik Smith, Contract Specialist, phone 717-948-3105, fax 717-948-2561, email erik.smith.6@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36-1/F7A3LC0225A001/listing.html)
 
Place of Performance
Address: 193 SOW/MSC Contracting Office Alley, 79 Mustang Alley Middletown PA
Zip Code: 17057
 
Record
SN02290613-W 20100923/100921235246-f06f9746a703015857e126128abd9e98 (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.