SOLICITATION NOTICE
39 -- Forklift - Package
- Notice Date
- 5/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of Justice, Bureau of Prisons, FPC Bryan, 1100 Ursuline Drive, PO Drawer 2197, Bryan, Texas, 77805
- ZIP Code
- 77805
- Solicitation Number
- 15B50418Q0000001
- Point of Contact
- Heather Buck, Phone: 9798231879, ,
- E-Mail Address
-
hbuck@bop.gov,
(hbuck@bop.gov, /div)
- Small Business Set-Aside
- Total Small Business
- Description
- 5-2-18 Characteristics Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR, 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. The Federal Bureau of Prisons, FPC Bryan, located in Bryan, Texas intends to make a single award of a firm-fixed price type contract to a responsible entity for the provision under this request for quote (RFQ) 15B51918Q00000018 for Toyota Forklift 9BRU23 or equivalent, with the option of purchasing two units. This solicitation is set-aside exclusively for total small business entities under the North American Industrial Classification System (NAICS), code 333924, with a size standard of less than 750 employees, and for "non-manufacturers", the size standard is less than 500 employees, and the product must be made in the United States. Quotes will be considered from only those meeting these standards. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. DESCRIPTION / SCHEDULE: LI 001: Toyota Model 9BRU23 Standup Forklift or equivalent. With the option of purchasing two units. LI 002: Battery, 36 volt, charger and Safety Equipment 208 volts, 3 phase 60 hertz Must meet our requirements on the attached Characteristics. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. CONTRACT PRICING: Contract pricing must include all cost associated with product and any delivery cost (FOB Destination) to FPC Bryan. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. Minimum System Requirements:  3-Stage mast with full free lift  Mast specifications: Lift Height - 241" Overall Lowered Height - 1074.0" (Overhead Guard Height - 91.00") Free Lift - 64.0" with standard Load Backrest  Transmission Automatic Transmission  1 speed forward, 1 speed reverse standard.  Tilt 3 degrees forward and 4.5 degrees backwards  Carriage ITA Hook Type, 32" Carriage  Forks Forks 42" x 4" x 1.75" - Class II  Load Backrest 48" High Load Backrest  Steering Large diameter steering wheel with electronic power steering 180-Degree Electronic Power Steering  Base Leg Dimensions 37" Inner Dimension 48" outer dimension  Attachments Integral Sideshifter 2" Each Way (Min 33" Base Leg Inside Dimension)  Wheels and Tires Drive (dia x width): 13.5"x6.0" Caster (dia x width): 8" x 4" Load (dia x width): 5" x 3.63"  Battery Compartment 16.5" (L) x 38.62" (W) x 31" (H)  Strobe Light  Rear View Mirrors (Left & Right Sides)  Adjustable Volume Back-up Alarm (Smart Alarm)  Fire extinguisher  Voltage 36 Volt Electrical System  UL Type "E" Rating With Standard Warranties The government reserves the right to award without discussion; therefore, the initial quote should contain the offerors best terms from a price/value standpoint. The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous to the Government. CONTRACT CLAUSES: The following provisions and clauses will apply to this solicitation in accordance with Commercial Items: 52.252 2, Clauses Incorporated by Reference; 52.212 1 Instruction to Offerors 52.212-3 Offer Representation and Certifications - Commercial Items 52.212 4, Contract Terms and Conditions, Commercial Items 52.204-7, System for Award Management (SAM) 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial items Additional FAR clauses cited in 52.212-5 that are applicable to this RFQ: 52.233-3 Protest After Award 52.219-6 Notice of Total Small Business Set-Aside 52.232-33 Payment by Electronic Funds - System for Award Management (SAM) The full text provision or clause may be accessed electronically at www.arnet.gov/far OTHER CONTRACT TERMS AND CONDITIONS: A resultant contract will be a firm fixed price type contract. It is anticipated that contract award resulting from this solicitation will be made approximately May 11, 2018. PLACE OF PERFORMANCE: FPC Bryan PO BOX 2197 1100 URSULINE Bryan, Texas 77805 SHIPPING AND RECEIVING: Shipping and receiving hours for FPC BRYAN Receiving are from 0800 hours to 1400 hours, Monday thru Friday (except on Federal Holidays). If additional information is needed regarding scheduling deliveries, you can contact Art Davila 979-823-1879. Shipments being delivered must enter and exit via the back gate, located off Weaver Street. The driver of the vehicle must be in possession of valid vehicle insurance, registration, driver's license with proper endorsement for the size vehicle they are driving, bill of lading/purchase order that shows the contractor/vendor company name, telephone number, point of contact, type of goods and where the delivery is being made at FPC Bryan.) QUESTIONS: Please submit any questions to Heather Buck, Contract Specialist, hbuck@bop.gov by May 7, 2018, 4:00 pm, local time. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: 1. Description of items with pricing information as shown. 2. Contractors DUNS Number 3. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Item, if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov Bid MUST be good for 30 calendar days after close, with the option of purchasing two units. THE AWARD WILL BE BASED ON PRICE. **IF BIDDING AN ALTERNATE - DRAWING AND SPECS OF ALTERNATE PARTS *MUST* BE INCLUDED WITH THE BID FOR REVIEW BY OUR ENGINEERS/END USERS. OUR ENGINEERS/END USERS WILL DETERMINE IF PART MEETS OUR REQUIREMENTS AND APPROVE. IF IT IS DETERMINED THE ALTERNATE DOES NOT MEET OUR REQUIREMENTS THE BID WILL NOT BE CONSIDERED. BIDS SUBMITTED WITHOUT SUFFICIENT SPECS WILL NOT BE CONSIDERED. All Quotes must be received at the Federal Bureau of Prisons, FPC Bryan 1100 URSULINE, PO Box 2197, Bryan, Texas 77803, no later than 2:00 p.m. local time on Wednesday, May 9, 2018. Offers should be emailed to hbuck@bop.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/50401/15B50418Q0000001/listing.html)
- Place of Performance
- Address: 1100 Ursuline, Bryan, Texas, 77803, United States
- Zip Code: 77803
- Zip Code: 77803
- Record
- SN04908139-W 20180504/180502231053-32a5a624a8af53e24a69d02bb1eab5d6 (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 |