SOLICITATION NOTICE
39 -- Forklift - Detailed Description
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX18Q0135
- Point of Contact
- Brittany L Smith, Phone: 3013942895
- E-Mail Address
-
brittany.l.smith136.civ@mail.mil
(brittany.l.smith136.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Detailed Description The Contractor shall provide one (1) Solid Pneumatic Tired Counterbalanced Forklift with side shifting fork positioning to perform segregation, size reduction, and shipment of large concrete, steel targets and various other items for recycle in order to meet our waste minimization and net zero goals. The Contractor shall provide, install and train on the following equipment to full functionality and shall ensure equipment meets the following minimum requirements as follows: Forklift: •The engine shall be at a minimum 100 horse power, water cooled, 4 cylinder diesel fueled, Turbocharged, low emission meeting the EPA Tier 4 final and stage IV emission regulation. •The transmission shall be a highly durable power shift type with 2 forward stages and 2 reverse stages and a clutch protection system providing a minimum travel speed of 15 miles per hour. •The drive axle shall utilize a wet break system with a boosting type brake valve and shall be separable from the transmission for easy maintenance. •The power steering shall be hydrostatic allowing smooth steering and preventing kick-back. •The cabin shall be an Enclosed Steel Cabin equipped with the following: oAdjustable Steering Wheel oDefroster oHeat oAir Conditioning oPre-cleaner oWindshield Wipers oRearview Mirrors oCirculation Fan oCompartment Lighting oRear Combination Lights including Brake Lights, Tail Lights, Back-up Lights, and Turn Signals oRear Work Lights o2 Front Headlights with Headlight Guards oFront Turn Signals oBack-up alarm oUltra-Comfort 4-way Adjustable, Full Suspension Seat with a non-cinching Seatbelt oLCD Monitor displaying an Hour Meter, Fuel Level Gauge, Machine Pitch Indicator, Machine Roll Indicator, Gear Position Indicator, Warning Indicators, Engine Temperature Gauge, Mast Tilt Indicator, Load Weight Indicator and Speedometer •The Mast shall be a 3 stage system capable of lifting a minimum of 10,000 pounds at a Load Center of 24 inches, tilting forward a minimum of six (6) degrees, tilting backwards a minimum of 6 degrees, a minimum fork lifting height of 197 inches and an overall lowered height of 98 inches •The Carriage shall be an International Truck Association Hook Type, minimum of 52 inches wide with a Heavy Duty Side-Shifting Fork Positioner and a minimum backrest of 48 inches •The forks shall be a minimum of Class III, 60 inches long, five (5) inches wide and two (2) inches thick •The forklift shall be equipped with an operational 4 Way Hydraulic Valve, Hosing and Heavy Duty Side-Shifting Fork Positioner controllable from the operator seating position. •The Drive Tires shall be a minimum of 12 Ply size 7.50-16 •The Steering Tires shall be a minimum of 12 Ply size 7-12 •The forklift shall be equipped with an Operator Presence Sensing System •The forklift shall be equipped with Fork Safety Features preventing the forks from dropping down in case of sudden damage of hydraulic system •The forklift shall be equipped with a Weight Indication System and Load Weight Sensor with a minimum accuracy of 2 percent and an in-cab weight indicator •The forklift shall have a minimum Manufacture Basic and Powertrain 36 month Warranty Installation, Delivery, Training, and Operation and Maintenance Manuals: •The Contractor shall deliver, install, complete diagnostic testing, and provide instruction for use of C.2.1 to Building 1134D Aberdeen Proving Ground, Aberdeen MD, 21005 •The attachment controls shall be installed in compliance with all OSHA, local, state, and federal codes and regulations. •The Contractor shall provide three (3) possible dates for delivery, installation, diagnostic testing and instruction within 10 days of contract award to the Government Technical Point of Contact (TPOC). The contractor shall ensure that delivery, installation, diagnostic testing, and instruction occur at the same time. The TPOC will approve a recommended dates within five (5) days of contractor notification. •The Contractor shall install and test the attachments listed above to ensure functionality in accordance with the manufacturer's specifications and provide on-site instruction for one (1) Government personnel. •The Contractor shall provide Operation and Maintenance Manuals for all items listed in in the salient characteristics. •The manuals shall include equipment descriptions, operating instructions, drawings, troubleshooting techniques, a recommended maintenance schedule, and the recommended lubricants.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/738756d2fba80e2acd5fbabad5280ef7)
- Place of Performance
- Address: Delivery shall be made to Building 1134D Aberdeen Proving Ground, Aberdeen MD, 21005., Acceptance shall be performed at Aberdeen Proving Ground. The FOB point is destination., Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN05052927-W 20180825/180823231438-738756d2fba80e2acd5fbabad5280ef7 (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 |