Rough Terrain Articulating Diesel Boom Lift
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Original)
- Original Published Date: Aug 26, 2022 05:23 am EDT
- Original Date Offers Due: Sep 24, 2022 11:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 3930 - WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED
- NAICS Code:
- 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Place of Performance: BP 852TGO
Description
The Embassy of United States in Lome Togo requires the following items meet or exceed to the following:
A Rough Terrain Articulated Boom Lift of 32 meters, quantity one, to the US Embassy Lome..
Working height ≥ 32 m ▪ Height stowed ≥ 2 m ▪ Platform height ≥ 29 m ▪ Vertical jib rotation ≥ 140° (+ 70 / - 70) ▪ Horizontal outreach ≥ 21 m ▪ Platform rotation ≥ 180° (+ 90 / - 90) ▪ Up and over clearance ≥ 11 m ▪ Turntable rotation ≥ 360° continuous ▪ Lift capacity ≥ 250 kg ▪ Tailswing ≥ 3 m ▪ Platform size ≥ 2 x 0.91 m ▪ Wheelbase 3.5 m ▪ Length – stowed ≥ 11 m ▪ Ground clearance 38 cm ▪ Width ≥ 2 m ▪ Tilt ≥ 5 ° ▪ Drive speed ≥ 0.5 - 5 km/h ▪ Width - with extended axles ≥ 3 m ▪ Gradeability ≥ 40 % ▪ Storage / transport height ≥ 3 m ▪ Tyres - foam-filled ≥ 445 / 65-22.5 ▪ Below ground reach ≥ 5 m ▪ Power source Deutz, 55 kW, Turbo (Stage 5 in EU) ; Perkins, 62.5 kW, Turbo (Stage 3A in NRC) ▪ Turning radius - outside axle extended ≥ 5 m ▪ Weight ≥ 20 000 kg ▪ Maximum wind speed rating ≥ 60 km/h ▪ Storage / transport length ≥ 8 m ▪ - Operation and maintenance onsite training ▪ Proof of Aftersales and onsite maintenance support.
(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
All quoters shall submit the following: 1) Quote: All quotes shall be sent to the Contracting Officer Robert Villar at LomeProcurement@state.gov no later than September 24, 2022 at 11.00 am eastern time
Please note that this is a combined advertisement/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued."
The solicitation number is 19T04022Q0006 and is issued as a request for quotation (RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07.
Delivery shall be provided no later than 90 days after receipt of order (ARO). FOB Destination. Place of Performance/Place of Delivery Address: IKUN LLC-LOME TOGO, 2801 Route 130 unit 1, North Brunswick NJ 08902 USA. The final destination of the equipment is US Embassy Lome Togo, 4332 blvd Eyadema, BP 852, Lome Togo.
All interested companies shall provide quotations for the boom lift in accordance with the attached technical specifications.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Award will be made to the lowest priced, technically acceptable offeror. Provide the followings which are the decision factors as part of the offer: technical specifications, Brochure or pamphlet, price, past performance, speed of delivery, availability or Leadtime, availability of product manual and Onsite training, aftersales support and maintenance services at the final destination address in Lome Togo.
The following solicitation provisions apply to this acquisition: FAR 52.212-4, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
FAR clause 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items (https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179527 – include in full text), will apply to the resultant contract: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 52.209-6, 52.222-19, 52.222-50, 52.223-15, 52.223-18, 52.225-13, 52.232-29, 52.232-33, 52.247-64
The following DOSAR provisions/clauses will also apply: 652.206-70, Competition Advocacy/Ombudsman; 652.214-71, Authorization to Perform; 652.225-70, Arab League Boycott of Israel; 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended; 652.242-70, Contracting Officer’s Representative; and, 652.243-70, Notices. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer.
Offers are due by September 24, 2022 at 11 am Eastern time. All responsible sources may submit an offer that shall be considered. If there are any questions regarding, please contact
Robert Villar
Contracting Officer
Phone: +228 22 61 5470 ext 4509
Fax: + 228 22 61 5504
LomeProcurement@state.gov
Attachments/Links
Contact Information
Contracting Office Address
- DEPARTMENT OF STATE, 2201 C ST NW
- WASHINGTON , DC 20520
- USA
Primary Point of Contact
- Robert Villar
- LomeProcurement@state.gov
- Phone Number + 228 22 61 54 70
- Fax Number 22822615504
Secondary Point of Contact
- Christa Dohnani
- LomeProcurement@state.gov
- Phone Number + 228 22 61 54 70
- Fax Number 22822615504
History
- Apr 05, 2023 06:27 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 26, 2022 05:23 am EDTCombined Synopsis/Solicitation (Original)