NARROW AISLE STAND-UP 4K FORKLIFT for Gimcheon, Korea
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Sep 06, 2022 09:41 am EDT
- Original Published Date: Aug 17, 2022 08:38 am EDT
- Updated Date Offers Due: Sep 14, 2022 02:00 pm EDT
- Original Date Offers Due: Sep 07, 2022 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 29, 2022
- Original Inactive Date: Sep 22, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 3930 - WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED
- NAICS Code:
- 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Place of Performance:
Description
9/6/2022 - Amendment 3 is being issued to extend the closing date to 9/14/2022 at 2:00 PM EST.
8/25/2022 - Amendment 2 is being issued to remove the training requirement. A revised scope of work is attached.
8/18/2022 – Amendment 1 is being issued to answer offeror questions:
Question: Do you accept the FORKLIFT manufactured in China?
Response: See 252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program Alt 1 (JUN 2022)
The following clause has been added to the solicitation:
- 252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program Alt 1 (JUN 2022). Replaces 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM—BASIC (DEC 2016)
DLA Disposition Services Gimcheon Korea
Electric NARROW AISLE STAND-UP 4K FORKLIFT
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. This is for a single award without options. The required equipment is per the attached specifications, including its delivery timeframes. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision.
Quotes are to be received no later than 2:00 p.m. Eastern Standard U.S. Time on the above specified date, via email only to the designated Contracting Officer
See Attachment for the Bid Schedule and Specifications/Additional Terms.
All quotes shall be in U.S. Dollars
All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays.
FAR 52.212-1 (Instructions to Offerors -- Commercial) (Nov 2021)
- Fill-in coverage: All offerors shall submit the make, model, and technical specifications on the narrow isle forklift being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met.
FAR 52.212-2 (Evaluation -- Commercial Items) (Nov 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price technically acceptable.
FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (Nov 2021) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov.
FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (Nov 2021)
FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement.
52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Jun 2020));
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021);
52.222-3, Convict Labor (June 2003);
52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2022);
52.222-21, Prohibition of Segregated Facilities (Apr 2015);
52.222-26, Equal Opportunity (Sep 2016);
52.222-50, Combatting Trafficking in Persons (Nov 2021);
52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Jun 2020);
52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018);
The following additional FAR clauses apply to this procurement:
52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017)
52.207-4 Economic Purchase Quantity -Supply AUG 1987
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance (Oct 2018)
52.204-17 Ownership or Control of Offeror (Aug 2020)
52.204-19 – Incorporation by Reference of Representations and Certifications
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019)
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)
52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
52.225-13 Restrictions on certain foreign purchases (Feb 2021)
52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000)
52.225-18 Place of Manufacture (Aug 2018)
52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Jun 2020)
52.229-6 Taxes—Foreign Fixed-Price Contracts (Feb 2013)
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)
52.233-1 DISPUTES (MAY 2014)
52.233-3 -- Protest After Award (Aug 1996)
52.233-4 -- Applicable Law for Breach of Contract Claim (Sept 2016)
52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)
52.247-34, FOB Destination (Nov 1991)
The following DFARS clauses apply to this procurement:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEC 2019)
252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016)
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (Dec 2019)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021)
52.204-9000 Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause)
252.211-7003, Item Unique Identification and Valuation (MAR 2016)
252.225-7035 BUY AMERICAN—FREE TRADE AGREEMENTS—BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC (NOV 2014)
252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program Alt 1 (JUN 2022).
252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2016)
252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017
252.225-7041 Correspondence in English (Jun 1997)
252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015)
252.225-7048, Export-Controlled Items (Jun 2013)
252.229-7001 Tax Relief – Basic (Apr 2020)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateral award)
252.232-7008 Assignment of Claims (Overseas) (Jun 1997)
252.232-7010 Levies on Contract Payments (Dec 2006)
252.233-7001 Choice of Law (Overseas) (Jun 1997)
252.243-7001, Pricing of Contract Modifications (Dec 1991)
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items (Jun 2013)
C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (SEP 2016)
Attachments/Links
Contact Information
Contracting Office Address
- FEDERAL CENTER 74 N WASHINGTON
- BATTLE CREEK , MI 49037-3092
- USA
Primary Point of Contact
- Matthew Wonch
- matthew.wonch@dla.mil
- Phone Number 2699679421
Secondary Point of Contact
History
- Sep 29, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 25, 2022 01:38 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 18, 2022 01:04 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 17, 2022 08:38 am EDTCombined Synopsis/Solicitation (Original)