Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2011 FBO #3552
SOLICITATION NOTICE

35 -- Scissor Lift

Notice Date
8/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N4155711RC164FS
 
Point of Contact
JoAnnelle D. Nededog-Flores, Phone: 6713661723
 
E-Mail Address
joannelle.nededog-flores@andersen.af.mil
(joannelle.nededog-flores@andersen.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; quotes are being requested and a written solicitation will not be issued. This solicitation, N4155711RC164FS, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. The NAICS code is 333923 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation: CLIN0001: (Quantity-1) BRAND NAME OR EQUAL- (JLG Industries, Inc.: Item # 4EU70) Scissor Lift Specifications for Scissor Lift: Load Capacity (lb): 500 Overall Length (in): 73 ½ Base Length (in): 108 Platform Length (in): 108 Retracted Length (in): 73 ½ Extended Length (in): 109 Extended Width (in): 30 Base Width (in): 30 Overall Width (in): 30 Platform Width (in): 30 Height (ft): 19 Overall Height (in): 77 Work Height (ft): 25 Max. Drive Height (ft): 18'19" Platform Height (ft): 18'19" Stowed Height (in): 77 Handrail Height (in): 43.25 Wheel Base: 63 Tire Size: 12.5 Drive: Electric Drive Wheel: 12 ½ Grade: 25% Power Source: DC Batteries Included: 4 x 6V, 220 Amp Hr Gross Vehicle Weigth: 2750 Ground Clearance: 3.5 Max. Speed Elevated (mph): 0.5 Max. Speed Lowered (mph): 3 Platform Extension (in): 35.5 Platform Size (in): 30 x 73 ½ Standards: OSHA and ANSI Includes: Proportional Controls, Drywall Gate, Battery Condition Indicator, 110VAC Receptacle in Platform, Fixed Rails, Automatic Traction Control (ATC), 20 Amp Automatic SCR Charger, Slide-Out Battery Trays, All Motion Alarm, Horm Hourmeter, Manual Descent Pull C "OR EQUAL" QUOTES WILL BE ACCEPTED. IF "OR EQUAL" QUOTES ARE SUBMITTED, ALL SPECIFICATIONS & PICTURES MUST BE INCLUDED WITH QUOTE. AWARD WILL BE MADE ON THE BASIS OF THE LOWEST EVALUATED PRICE OF QUOTES MEETING OR EXCEEDING ACCEPTABILITY STANDARDS FOR NON-COST FACTORS. ***ALL SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING IS TO TRACY, CALIFORNIA. *** Items should be shipped no later than 60 days ADC, FOB: Destination for delivery to Tracy, CA. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database at www.ccr.gov and shall be considered for award. All quotes must be sent to JoAnnelle Nededog-Flores at e-mail joannelle.nededog-flores@andersen.af.mil; Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by 24 August 2011, 7:00 pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N4155711RC164FS/listing.html)
 
Place of Performance
Address: Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN02533801-W 20110816/110814233040-1f464f0547b219217775504ed4c0c6f6 (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.