COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12, 2001 PSA #2786
SOLICITATIONS
38 -- TELESCOPIC HANDLER
- Notice Date
- February 8, 2001
- Contracting Office
- National Institutes of Health, NIAID, Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840
- ZIP Code
- 59840
- Response Due
- February 26, 2001
- Point of Contact
- Leona Padrotti, Purchasing Agent (406)363-9395; Lynda Kieres, Contracting Officer (406)363-9210
- E-Mail Address
- click here to contact the Purchasing Agent via e-mail (Lpadrotti@niaid.nih.gov)
- Description
- 17. This notice 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 procurement is being issued as a request for quotation. Submit offers on RML-RFQ-005. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 333924 and the small business size is 500 employees. SCHEDULE: The Rocky Mountain Laboratories, Administrative and Facilities Management Section (AFMS) have a requirement for a Telescopic Handler. The Telescopic Handler must have the following features: 1) Enclosed Cab, and a Engine Block Heater; 2) deliver 3627 kg (8000 lb) of lift capacity; 3) Outside turning radius of 175" (4.45m); 4) Maximum Lift Capacity: a) boom retracted at max.angle 43'1" (13.14m) b) boom extended at max.angle 6,000lb (27.21 kg) c) boom extended at max.reach 1,900 lb (862kg); 5) maximum forward reach 26'2" (7.98m); 6) turbo charged engine with 110 gross horse power (82k W) at 2500 rpm, and 99 net horsepower (74 k W) at 2500 rpm; 7) Pilot operated, dual lever controls, column mounted 3 speed direction controls, frame leveling (up to 12 , both sides) to allow level positioning on uneven ground. Forks to be tilted 88 forward and 12 rearward for maximum load control. Three steering modes 2-wheel, 4-wheel, and crab steer, and easy to read load charts and boom angle extension indicators; 8) Boom requirements: Three stage precision welded boom box, telescopic mechanisms to be located inside the boom for protection. Components that can be replaced without disassembly. Cushioned lift cylinders for smooth operation, and advanced high-density wear pads; 9) Three-speed Powershift transmission with Soft Shift, Inline drive train, low mounted engine and transmission, Enclosed inboard wet disc power assist brakes, spring-applied, hydraulic release parking brake, 4-wheel drive; oscillating rear axle and 13.00x24, 12-ply L2/G2 tires; 10) Travel speeds in forward and reverse: 1st- 0-5mph (0-8km/h), 2nd- 0-15mph (0-24.1 km/h) 3rd- 0-21mph (0-33.8 km/h); 11) Attachments required: a) Carriages in 48"(1.22m), 60" (1.52m), and 72" (1.83m) widths with block or pallet forks, b) Tilt carriages in 48"(1.22m), 60" (1.52m) widths with block pr pallet forks, c) Truss boom 12' (3.65 m) and 2,000lb (907kg) capacity; d) Standard quick-attach system. FOB Point shall be Destination, Hamilton, MT. Inside delivery shall be 30 days after receipt of order (ARO). Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial; FAR 52.212-2 Evaluation Commercial Items; FAR 52-212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. Warranty information to include period and coverage, shall be stated. Offerors must include with their offer certification that all hardware and software offered are Y2K compliant. Quotations will be evaluated on the following criteria: 1) Ability to meet above stated requirements; 2) Delivery time; 3) Warranty terms; 4) Price. Offers may be mailed or faxed to the POC indicated above (Fax -- 406-363-9288). Offers must be submitted not later than 4:30 PM (MDST), on February 26, 2001. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Record
- Loren Data Corp. 20010212/38SOL001.HTM (W-039 SN50D1C3)
| 38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index
|
Issue Index |
Created on February 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|