Federal Bid

Last Updated on 06 Feb 2016 at 9 AM
Combined Synopsis/Solicitation
Nursery Texas

Forklifts with Trade-ins, Coeur d'Alene Nursery, Idaho Panhandle National Forest

Solicitation ID AG-02RC-S-16-0015
Posted Date 05 Jan 2016 at 10 PM
Archive Date 06 Feb 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Forest Service
Agency Department Of Agriculture
Location Nursery Texas United states

SOLICITATION AG-02RC-S-16-0015 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; quotations are being requested and a written solicitation will not be issued.  This solicitation is issued as a Request for Quotation and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-85.

This procurement is set aside for Small Business.  The NAICS code is 333924 and the Small Business Size Standard is 750 employees.

The Coeur d'Alene Nursery, Idaho Panhandle National Forests, has a requirement for three (3) new forklifts to replace existing equipment, which will be used as trade-ins.

EQUIPMENT SPECIFICATIONS

The following are specifications for one LP powered 5000 lb. capacity forklift and two electric 3000 lb. capacity forklifts Brand Name or Equal:
ITEM 01 - Toyota Model 8FGU25, Internal Combustion Lift Truck
Mast: 2-Stage (V); Maximum Fork Height 131.5"; Overall Lowered Height 84.5"
Lifting Capacity: 4900 lbs. at 24" load center to 131.5" Maximum Fork Height
Tilt: 6 degress forward and 11 degrees backward
Carriage: ITA hook type 40" Carriage
Forks: 42" x 5" x 1.6" - Class II
Load Backrest: 48" high load backrest
Attachments: Cascade 40" Hang-on Sideshifter (includes 3rd function internal housing)
Engine: Toyota 2.3L 4Y-ECS Industrial Gasoline Engine; 136 cubic inch displacement; 4 cylinders, overhead valve (OHV)
Transmission: Automatic Transmission with 1 forward speed; 1 reverse speed
Steering: Hydrostatic Power Steering
Wheels and Tires: Front Tires 7.00-12-12PR (Pneumatic); Rear Tires 6.00-9-10PR (Pneumatic)
Additional Equipment: Side Shifter; Adjustable Volume Backup Alarm; UL Approved Model Type "LP"
ITEM 02 and 03 - Toyota Model 8FBES15U, 3-wheel Sit-down AC Electric Forklift
Mast: 3-Stage (FSV); Maximum Fork Height 189"; Overall Lowered Height 83.5"
Lifting Capacity: 2540 lbs. at 24" load center to 189" Maximum Fork Height
Tilt: 5 degress forward and 6.5 degrees backward
Carriage: ITA hook type 36" Carriage
Forks: 42" x 4" x 1.4" - Class II
Load Backrest: 48" high load backrest
Attachments: Cascade 36" Hang-on Sideshifter (includes 3-way valve and third function housing)
Votage: 36 volt Electrical System
Steering: On-demand Hydrostatic Power Steering with Memory Tilt Steering Column
Battery Compartment: 17.7" (L) x 39.2" (W) x 24.5" (H)
Wheels and Tires: Solid Pneumatic Drive Tires (18x7x8/4.33; Solid Pneumatic Steer Tires (16x6x8/4.33); all tires should have tread to handle indoor and outdoor terrain
Additional Equipment: Batteries (2 per machine) 18-855-15; 36 volt battery - 5 year warranty; 28" x 4" x 1.4 Class II forks (one set for each machine); Front LED Headlights; Rear LED Combination Lights; Backup Chime

TRADE-INS (See Attachments - Photos)

ITEM 05 - Clark Model TM15S Shop Forklift
Year: 1984
Serial Number: TM127-366-5385
Equipment: 3-Stage Mast; 42" Forks; Side Shift; Forward and Reverse Tilt; lever to control a rotating head; 24 volt Battery Power; 7101 hours on machine
ITEM 06 - Clark Model TM12 Forklift #1
Year: 1992
Serial Number: TM247-0150-899OFB
Equipment: 3-Stage Mast with reach to 189"; set of 42" and 28" Forks; Side Shift; Forward and Backward Tilt; 36 volt Battery Power with two batteries
ITEM 07 - Clark Model TM12 Forklift #4
Year: 1992
Serial Number: TM247-0149-899OFB
Equipment: 3-Stage Mast with reach to 189"; set of 42" and 28" Forks; Side Shift; Forward and Backward Tilt; 36 volt Battery Power with two batteries

Battery Description (See Attachments - Photos):
  Three are Deka brand batteries. The fourth one is a newer battery purchased from a battery vendor in Spokane, WA.  All batteries are in very good condition.  The two oldest Dekas were reconditioned in 2014.

SCHEDULE OF ITEMS

See Attachments - Schedule of Items.

DELIVERY LOCATION AND DATE

The new forklifts are to be delivered to the Coeur d'Alene Nursery, 3600 Nursery Road, Coeur d'Alene, ID 83815, on or about March 1, 2016.  The trade-in forklifts can be picked up at that time.

PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference:

FAR 52.211-6 Brand Name or Equal (AUG 1999)
FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015)
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2015)
FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2015)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
52.219-13 Notice of Set-Aside of Orders (NOV 2011)
52.219-28 Post Award Small Business Program Rerepresentation (JUL 2013)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2014)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222.36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.232.33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013)
52.232-36 Payment by Third Party (MAY 2014)
AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (Deviation 2012-01)(FEB 2012) Alternate I (FEB 2012)
AGAR 452.209-71 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (Deviation 2012-01) (FEB 2012) Alternate I (FEB 2012)
Provisions and Clauses incorporated by reference in this solicitation can be accessed online in full text at the following website https://acquisition.gov/far/.

ADDENDA TO FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015)
System for Award Management (SAM):  ALL VENDORS MUST HAVE AN ACTIVE REGISTRATION IN SAM via www.sam.gov in order to receive an executed Purchase Order from this solicitation.  The SAM web site is a Federal Government owned and operated, free site that consolidates the capabilities in CCR/FedReg, ORCA, and EPLS.

Procurement Technical Assistance (PTAC):
  For questions concerning registrations, certifications, or assistance with preparing quotes, contact the PTAC in your area www.aptac-us.org/new/.  Service is free.  The PTAC contacts in Boise, Idaho, are Gary Moore, Program Manager, (208) 426-1741 [email protected] or Lee Velten, Idaho PTAC Program Analyst, (208) 426-1742 [email protected].

Invoice Processing Platform (IPP):
  All invoices must be submitted electronically through the IPP via www.ipp.gov for EFT payment unless Vendor accepts credit card as a payment method.  The IPP is a secure Government-wide, web-based, free invoice processing service.  Vendors must enroll at https://www.ipp.gov/vendors/enrollment-vendors.htm.

Credit Card Payment:
  If Vendor accepts credit card as a payment method, Government VISA card information will be provided over the phone.  ALL CREDIT CARD FEES MUST BE INCLUDED IN THE PRICE.

EVALUATION CRITERIA

52.212-2 Evaluation-Commercial Items.  (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate offers:  price for new and trade-in forklifts, delivery/shipping cost, and delivery date.

SUBMISSION OF OFFERS

Request for Quotations will be accepted NO LATER THAN 4:00 p.m. Pacific Time on January 19, 2016.

Submit the Following as Your Quote:

1. Completed Schedule of Items (see Attachments)
2. Completed FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (see Attachments)
3. Completed AGAR 452.209-70 (see Attachments)

Submission Methods:

Email: [email protected]
Fax: 208-765-7229
Mail: USDA Forest Service
        ATTN:  Marion Daniel, Contracting
        3815 Schreiber Way
        Coeur d'Alene, ID 83815

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Boise Idaho 01 Aug 2025 at 4 PM
Westwood Massachusetts 15 Aug 2025 at 1 PM (estimated)
Colorado 26 Jul 2025 at 4 AM (estimated)
Colorado 26 Jul 2025 at 4 AM (estimated)