6K FORKLIFT
Solicitation number W912J7-19-Q-0006 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ... Solicitation number W912J7-19-Q-0006 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, dated 13 August 2019. This solicitation is set-aside for small business concerns. The assigned NAICS is 333924, and the associated size standard is 750 employees. Responses shall be in writing, and delivered to the POC identified in this solicitation, either electronically (e-mail) or in hard copy, not later than Tuesday, September 3, 2019 at 4:00 PM mountain time. Responses received after the due date and time may not be considered. Questions regarding this solicitation shall be submitted, in writing, to the contract specialist identified below. Questions are due no later than two business days prior to the close of the solicitation. Answers to questions may be posted as an amendment to this solicitation. Questions regarding this solicitation may not receive a personalized response. Description of Requirement The Idaho National Guard has a requirement for an internal combustion 6k forklift. This forklift will be used in a warehouse/yard setting for material handling purposes. The forklift and applicable salient characteristics are listed in the below line item. This solicitation is issued on a brand-name or equal basis. Line Items CLIN 0001 Manufacturer: Crown Part No.: C5 1050-60 (or equal) Qty/Unit: 1 EA Description: 6,000 lb. Base Capacity, 4-Wheel Pneumatic Wheels, LP Internal Combustion Truck, C5 MAST Triple Stage Lift Height 180.0", Free Lift 32.2", Collapsed Height 86.0", Extended Height 228.0", CARRIAGE 44" Wide Class III, Sideshifting Fork Positioner - Rightline 44" FEM252, FORKS Standard Length 42.0" Width 5" Thick 1.8", Cranking Battery Severe Duty, 12 Volt 510 CCA Wet Cell, Auxiliary Hydraulics Double Function, Accessory Plumbing Double Function, Tilt Restriction 5 Deg Back/5 Deg Forward Delivery Requested delivery date is not later than December 1, 2019. Responses to this solicitation shall include FOB Destination shipping terms and be inclusive of all shipping charges. Instructions to Offerors The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition, with the following addenda: 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.211-6 Brand Name or Equal 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7031 Secondary Arab Boycott of Israel 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate I) Evaluation The provision at FAR 52.212-2. Evaluation, applies to this acquisition. Quotations meeting the salient characteristics described in this solicitation will be evaluated on the basis of delivery date and price. Representations and Certifications Responses to this solicitation must include a completed copy of the representations and certifications at FAR 52.212-3, if not completed electronically in the System for Award Management. Contract Terms and Conditions - Commercial Items The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following addenda: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Number 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 52.222-36 Equal Opportunity for Workers with Disabilities 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition with the following additional FAR clauses selected: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »