Federal Bid

Last Updated on 06 Oct 2018 at 8 AM
Combined Synopsis/Solicitation
Raymond New hampshire

Forklift - 12,000 LB

Solicitation ID W9127Q-18-R-0061
Posted Date 19 Sep 2018 at 7 PM
Archive Date 06 Oct 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7nh Uspfo Activity Ms Arng
Agency Department Of Defense
Location Raymond New hampshire United states
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 with Open Market Pricing are being requested and a written solicitation will not be issued. This solicitation number W9127Q-18-R-0061 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-99 effective 16 July 2018 and the Defense FAR Supplement (DFARS) Publication Notice 20180629 dated 29 June 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. The North American Industrial Classification System (NAICS) Code is 333924 with a Small Business Size Standard of 750 employees. **This solicitaion is unrestricted.


The United States Property and Fiscal Office for Mississippi - Purchasing and Contracting Division, Flowood, MS intends to issue one (1) firm fixed price purchase order for the following items. Basis for award is low price that meets the minimum requirements and is the best value to the government.

Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) with a total amount as
follows:

CLIN 0001: 1EA, 12,000 LB DIESEL FORKLIFT:

MINIMUM SPECIFICATIONS: Forklift must be a to lift at least 12,000 lb. Capacity Must have Tier 4 Final Compliant Diesel Pneumatic Tire Forklift Mast must be at least 180.0" MFH /no higher than 91.0" OAL / 43.0" FFH Triplex. Has to come with diesel engine Must have side shifting fork positioners, Be equipped with back up alarm, Must have non marking solid pneumatic single drive tires, Two forward and one reverse speed transmission at a minimum. Forks: 1pr 2x6x54, 1pr 2x6x84
Seat Belt Reminder Warning & Display Indicator is a must.
Must have Seat Belt Ignition Interlock. Engine Will Not Run Unless Operator Is In Seat With Seat Belt Fastened. Must have Park Brake Override That Allows The engine To Run With The Operator Off Of the truck

Warranty: At least 24 Months/Unlimited Hours Full Coverage

**INCLUDE ALL APPLICABLE FEES AS A SEPARATE LINE ITEM. MUST BE TAA COMPLIANT. SALIENCE IS REQUIRED AND IS THE BURDEN OF THE VENDOR.

DELIVERY: 90-120 days ARO, FOB Destination to Gulfport, MS

SHIP TO ADDRESS: HAWKINS FIELD, JACKSON, MS

SUBMISSION REQUIREMENTS:
• Vendors must submit company information with their quote to include: Point of Contact (POC), POC phone number, POC email address, company CAGE Code, company DUNS number, and company Tax Identification number.

• Vendors must submit the Representations and Certifications with their quote only if they differ from, or have not
been completed within, their System for Award Management (SAM) profile.

• Vendors must have an active registration in System for Award Management (SAM) to be eligible for contract
award.
Include all applicable fees, including delivery (prepay & add is not acceptable); warranty information; setup and
training; and estimated delivery time, if different than requested.

BASIS OF AWARD: Basis for award is low price that meets the minimum requirements. A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.

This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/. Quotes
must be for items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.

This announcement is the solicitation which will result in a firm fixed price contract. Quotes are due no later than 10:00 A.M. Central Time, 21 September 2018, to USPFO-MS, Attn: SSG Adam Austin, Purchasing & Contracting,144 Military Drive, Flowood, MS 39232-8861. Quotes may be emailed to [email protected]. Questions regarding this requirement must be submitted  prior to date of RFQ closing. Questions may be addressed to SSG Adam Austin at [email protected], 601-313-1557.

SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online, visit https://www.sam.gov.

The following FAR provisions and clauses apply:
52.203-3, Gratuities
52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-18 Commercial and Government Entity Code Maintenance
52.204-22 Alternative Line Item Proposal
52.211-6, Brand Name or Equal
52.212-1, Instructions to Offerors-Commercial Items (DEVIATION 2018-O0013)
52.212-3, Offeror Representations and Certifications-Commercial Items--Alternate I
52.212-4, Contract Terms and Conditions-Commercial Items
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019)
52.215-20, Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
Applicable FAR Clauses cited within 52.212-5 are as follows:
52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-8, Utilization of Small Business Concerns
52.219-28, Post-Award Small Business Program Representation
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
52.222-35, Equal Opportunity for Veterans
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies 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
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim

The following DFARS provisions and clauses apply:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003, Item Unique Identification and Valuation
252.225-7000, Buy American--Balance of Payments Program Certificate-Basic
252.215-7007, Notice of Intent to Resolicit
252.215-7008, Only One Offer
252.225-7031, Secondary Arab Boycott of Israel
252.225-7036, Buy American--Free Trade Agreements--Balance of Payments Program--Basic
252.225-7048, Export-Controlled Items
252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of
Terrorism
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
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
252.247-7022, Representation of Extent of Transportation of Supplies by Sea
252.247-7023, Transportation of Supplies by Sea

Full text of these provisions may be accessed on-line at https://www.acquisition.gov and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/.

 

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Apr 2018 at 4 PM
Location Unknown 08 Apr 2010 at 3 PM
Marietta Georgia 27 Aug 2010 at 4 PM
Kirk Colorado 12 Jan 2011 at 3 PM
Robins air force base Georgia 08 Nov 2017 at 8 PM

Similar Opportunities

Raymond California 15 Jul 2025 at 5 PM
Philadelphia Pennsylvania 11 Jul 2025 at 4 AM
Warren Michigan 24 Jul 2025 at 3 AM
Warren Michigan 24 Jul 2025 at 3 AM
Warren Michigan 24 Jul 2025 at 3 AM