Federal Bid

Last Updated on 19 Mar 2004 at 5 AM
Combined Synopsis/Solicitation
Eglin air force base Florida

W -- CATEPILLAR FORKLIFT OR EQUAL

Solicitation ID Reference-Number-FOX99N40360100
Posted Date 27 Feb 2004 at 5 AM
Archive Date 19 Mar 2004 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location Eglin air force base Florida United states 32542
The Air Armament Center (AAC), Eglin AFB, FL intends to award a Firm-Fixed Price contract for a New Caterpillar Forklift or equal. This acquisition is unrestricted. 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; proposals are being requested and a written solicitation will not be issued. The announcement number is F0X99N40360100. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 333924, with a small business standard size of 750 employees. Please identify your business size in your response based upon this standard. The requirement is for CLIN 001 a NEW Caterpillar P6000 Diesel, 6000# capacity, or equal. We would like the purchase price as well as a Twelve (12 )- month lease price with an option to purchase. The following specifications are required: I.C. Pneumatic Tire Forklift, basic rated capacity is based upon a 24” load center. Engine: Mitsubishi S4S Diesel; Transmission: Single Speed Power shift; Mast: ITA Class III High Visibility Triplex MFH 186.0” OAL 85.5” FFH 37.0”; Tilt Cylinders 6 degree Fwd/6 degree Back; Carriage – Hook Type, ITA Class III 39.5 Included with Mast (40.5” overall width); Forks – Hook Type, ITA Class III; Load Backrest: 48” High – Included with Mast; Internal Hosing: Dual Function – Triplex Mast; Hydraulic Valve: 4-Section Valve w/4 Cowl mounted levers; Side Shifting Fork Positioner; Steel Supply Line: Dual Function – 4 way Valve; Drive Tires: Single Solid Soft Ride 6.5 x 10; Seat: Fold Down Full Suspension – Vinyl; Exhaust System: Standard Muffler; Warning Device Light: Amber Strobe (Mtd Above OHG); Paint Option Catepillar Yellow; Language Marking: English; Warranty One Year, Unlimited Hours, Parts, and Labor, Quantity One (1). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. FAR 52.212-1, Instructions to Offerors-Commercial Items- (Oct.00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items- (Jan.99) Evaluation will be based on the following factors: price and technical (capability of item(s) offered to meet the government’s needs); 52.212-3 Offeror Representations and Certifications-Commercial Items- (Jul.02) (Offerors must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.af.mil, or contact Tijuana Brown at the below e-mail address); 52.212-4 Contract Terms and Conditions–Commercial Items- (Feb.02), and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-(May 02); 52.232-33, Mandatory information for Electronic Funds Transfer payments- (May 99); 52.247-34, F.O.B Destination-Nov, 91 52.252-2, Clauses Incorporated By Reference-Feb.98 (http://farsite.af.mil); 252.225-7001-Buy American Act and Balance of Payments Program (Mar 98); DFARS, 52.204-7, Required Central Contractor Registration (CCR)- (Nov.01); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items- (Jul.02). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00 P.M., Central Standard Time on 4 March 2004. Send all quotations to Tijuana Brown, 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-4916, or by E-mail at tijuana. [email protected].
Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Jan 2014 at 6 PM
New jersey 18 Sep 2008 at 3 PM
Yellowstone national park Wyoming 15 Jan 2010 at 2 PM
Fort hood Texas 12 Aug 2016 at 5 PM
Location Unknown 07 Sep 2005 at 5 AM

Similar Opportunities

Oklahoma 30 Jul 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)