DLA Distribution Susquehanna PA Pallet Jack with Battery Exchange Attachment (Qty 2)

expired opportunity(Expired)
From: Federal Government(Federal)
SP330021Q0097

Basic Details

started - 26 Aug, 2021 (about 2 years ago)

Start Date

26 Aug, 2021 (about 2 years ago)
due - 17 Aug, 2021 (about 2 years ago)

Due Date

17 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
SP330021Q0097

Identifier

SP330021Q0097
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEFENSE LOGISTICS AGENCY (DLA) (282552)DLA DISTRIBUTION (1645)DLA DISTRIBUTION (1645)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NOTICE TO OFFERORSIssuing Office:DLA Distribution Acquisition Operations (J7)430 Mifflin Avenue, Suite 3102ANew Cumberland, PA 17070-5008This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP3300-21-Q-0097. This notice incorporates provisions and clauses in effect throughREGULATIONIDENTIFICATIONEFFECTIVE DATEFederal Acquisition Circular2021-0610 June 2021Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN)202107099 July 2021Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 through
PROCLTR2021-1115 June 2021The complete text of any of the clauses and provisions are available electronically from the following sites:FAR - https://www.ecfr.gov (Reference Title 48 – Chapter 1)DFARS - https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ DLAD - http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspxThis Brand Name or Equal Request for Quotation (RFQ) is being issued to establish a Fixed-Price contract for a contractor to deliver new or like new Electronic Walkie Pallet Jack (Qty 2) better than or equal to Raymond Model 8210 with battery exchange attachment better than or equal to BT-30-24 (Qty 2), both as described below in the Schedule of Supplies/Services. Unit of issue is EA for each. The Government intends to award one (1) contract as a result of this RFQ which will be issued on a Standard Form (SF) 1449.SCHEDULE OF SUPPLIESCLINSchedule of Supplies/ServicesQuantityU/IUnit PriceExtended Total Price0001Electronic Pallet Jack:Brand Name or equal to Raymond Model 8210 walkie electric pallet truck with battery exchange attachment with minimum specifications:Pallet Jack 24 voltBattery pack is 175-amp hour.Capacity: 4,500 lbs.  48” x 27”Power System: AC Traction ControlStandard battery charger combination self-contained plugs into standard 110 volt duplex wall outlet.Emergency reversing switchKeyless On-Off switch, Horn, Discharge MeterWith Hour MeterDeadman brake and power cut-off in handleTravel speed at least: 3.6 mph unloaded and 3.4 mph loadedU.L.’ E’ labelInclude Operations/Parts/Maintenance Manual2EA0002Battery Exchange AttachmentBetter than or equal to BT-30-24, must handle 28” batteries2EAPACKAGING TEXT:SHALL BE PACKAGED STANDARD IN ACCORDANCE WITH ASTM D 3951.NOTE:Offerors shall quote Firm Fixed Unit Prices for CLINs 0001 and 0002. Pricing shall be quoted as FOB Destination, with all shipping, packing and packaging charges included in the Firm Fixed Unit Prices for each item. All prices must be rounded to two decimal points. Please pay special attention to FAR 52.212-1 Instructions to Offerors and  FAR 52.212-3 Evaluation – Commercial Items and its addenda. Product information is required. Contractor shall identify manufacturer and model number.This solicitation is being posted as 100% small business set aside. The Federal Supply Code (FSC) for this acquisition is 3930 (warehouse trucks and tractors, self-propelled), and the North American Industry Classification System (NAICS) code for this procurement is 333924 (Industrial Truck, Trailer and Stacker Machine Manufacturing) with a size standard of 750 employees.SYSTEM FOR AWARD MANAGEMENT (SAM): A prospective awardee shall be registered in the System for Award management (SAM) database by the quotation submission date, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the SAM website at http://www.sam.gov. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database.Company Name:Company Address:Telephone:Cage code:Point of Contact:Email:Manufacturer:SHIPPING INSTRUCTIONS:  All drivers must have an appointment to deliver to DLA Distribution Susquehanna. To request an appointment, send a scanned copy of the bill of lading to prelodge@dla.mil as soon as possible before the appointment but no later than 24 hours out. Drivers shall present their appointment confirmation number to dispatch personnel upon arrival. Delivery is to occur 30 days ARO.Ship To:SB3222DLA Installation Support SusquehannaParts Receiving5750 3rd St Bldg 750New Cumberland PA 17070-5076INVOICING AND PAYMENT: Invoicing and Payment will be made via Wide Area Work Flow. See DFARS Clause 252.232-7006.PACKING AND MARKING REQUIREMENTS:  All products shall be packaged best commercial practice in accordance with ASTM 3951.  All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue.REQUIREMENTS FOR PALLETS:       Material must be shipped on serviceable, winged pallets in accordance with       MD00100452, Revision C, dated 09/2016.  Please reference the following link for       more information:    https://www.dla.mil/LandandMaritime/Offers/Services/TechnicalSupport/Logistics/Packaging/Palletization.aspx    The complete specification for winged pallets can be found in Part 9 of ANSI MH1.       The pallet must be heat treated, certified, and stamped or branded with the       appropriate certification markings in accordance with DOD Manual 4140.65-M.      Please reference the DLA Master List of Technical and Quality Requirements for information at this link:              https://www.dla.mil/HQ/Acquisition/Offers/DLAD/TechnicalandQualityMLofRequirements/   Additional information can be found at:    https://www.dla.mil/LandandMaritime/Offers/Services/TechnicalSupport/Logistics/Packaging/WoodPack.aspxFailure to deliver supplies on pallets with these specifications will result in the Government not accepting the shipment when it arrives at destination.The Offeror must quote shipment of supplies in accordance with this requirement.  Please pay special attention to the Instruction to Offerors. The instructions require various items of documentation to be submitted with your quote, including but not limited to, Representations and Certifications, etc. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE: Contractor must mark the contract and order number on all paperwork.Questions regarding this solicitation shall be submitted by electronic mail to the Contract Specialist Specialist, Edward Ruud, via email at edward.ruud@dla.mil, Subject:  SP3300-21-Q-0097 RFQ Question.  Question(s) must be received by August 10, 2021 at 1:00 PM Eastern Time.. Illegal Items Not Authorized On Federal Installation: Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor’s responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions.Organizational Conflict Of Interest: The contractor shall be ineligible from participation as a contractor, subcontractor, or consultant in any procurement arising or resulting from any of the services provided to DLA on this contract. This restriction includes providing services to any potential bidders on such procurements. The contractor shall not incorporate its product or services in any Performance Work Statement or specification unless directed to do so in writing by the Contracting Officer.If the contractor, in the performance of this contract, obtains access to information such as plans, policies, reports, studies, financial data, internal data, or any other non-public information or information by the Privacy Act, the contractor agrees not to release such information without prior written approval from the Contracting Officer. The use of such information for personal gain is prohibited.In addition, the contractor agrees that to the extent it receives or is given access to proprietary data, or other confidential or privileged technical, business, or financial information under this contract, it shall treat such information in accordance with any restrictions imposed on such information.19.  The Government is not soliciting for the “same old way” of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying process.

New Cumberland ,
 PA  17070  USALocation

Place Of Performance : N/A

Country : United StatesState : PennsylvaniaCity : New Cumberland

Classification

naicsCode 333924Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
pscCode 3930Warehouse Truck and Tractors, Self-Propelled