Federal Bid

Last Updated on 27 Dec 2007 at 5 AM
Combined Synopsis/Solicitation
Tobyhanna Pennsylvania

W -- FORKLIFT LEASE

Solicitation ID SP3100-08-T-0022
Posted Date 30 Nov 2007 at 5 AM
Archive Date 27 Dec 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Distribution
Agency Department Of Defense
Location Tobyhanna Pennsylvania United states 18466
The Defense Distribution Depot Tobyhanna, PA (DDTP) has a requirement for the rental of two (2) 5K Electric Forklifts and two (2) 15.5K Diesel Forklifts. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), 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 is a Request for Quotation (RFQ) and the solicitation number is SP3100-08-T-0022. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-21 effective 07 Nov. 2007 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20071108 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2007-28. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) code is 532490 and the associated size standard is $6.5M. CLIN 0001-Contractor shall provide all labor, material, and supervision needed to lease two (2) 5K electric forklifts to include the following: Max. Lift Height: 194 inches Collapsed Lift Height: 88 inches Fork Length: 36 inches Solid Indoor Tires Forklift Options: 36V Side Shift Fire Extinguisher Included Battery Charger: Yes, 36V Cost of forklift per month = $_______________ X 2 = $_______________ per month X 12 months = $_______________ for the year. Cost of Delivery $_______________ Cost of Pick-Up $________________ CLIN 0002-Contractor shall provide all labor, material, and supervision needed to lease two (2) 15.5K diesel forklifts to include the following: Max. Lift Height: 15 feet or 181 inches Fork Length: 8 feet Solid Pneumatic Tires To include Fork Positioners, Cab for Outdoor use, and Fire Extinguisher. Cost of forklift per month = $_______________ X 2 = $_______________ per month X 12 months = $_______________ for the year. Cost of Delivery $_______________ Cost of Pick-Up $________________ Lease costs shall include preventive maintenance and all repairs of equipment excluding any damage caused by abuse, negligence or improper operation. The monthly rate is based on 40 hours per week or 160 hours per 4 week of operation. The Government POC shall notify the contractor of any equipment repairs needed. The contractor shall respond within eight (8) hours after notification from the Government POC. If the equipment needs removed from the Government installation, the contractor shall provide a replacement unit within eight (8) hours. Written approval shall be required from the Government POC. PERIOD OF PERFORMANCE: December 17, 2007 through December 16, 2008. Delivery point is to the Defense Distribution Depot Tobyhanna, Myers & 2nd Street, Warehouse 2, Bay 1, Tobyhanna, PA 18466-5059. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activitys Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an Agency Level Protest under Executive Order No. 12979. (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officers decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendment (SF 30) (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52-212-2 Evaluation-Commercial Items (JAN 1999). The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price after adding the rental costs for CLINs 0001 and 0002 including the costs of delivery and pick up. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I DFARS 252.247-7023 Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7591 or e-mail to [email protected]. All quotes must be received by DECEMBER 6, 2007 AT 3:00 PM EST to be considered for award.
Bid Protests Not Available

Similar Past Bids

Corpus christi Texas 16 Nov 2007 at 5 AM
Anniston Alabama 15 Aug 2007 at 4 AM
Tobyhanna Pennsylvania 05 Feb 2008 at 5 AM

Similar Opportunities

Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Warren Michigan 18 Jul 2025 at 8 PM
New york New york 28 Jul 2025 at 4 PM
Pennsylvania 15 Jul 2025 at 8 PM