SOLICITATION NOTICE
38 -- Laser Screed
- Notice Date
- 11/26/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- F26600-03-Q-A003
- Archive Date
- 12/27/2002
- Point of Contact
- Richarda Maes, Contract Specialist, Phone 702-652-5358, Fax 702-652-9570, - Idella Mullins, Contract Specialist, Phone 702-652-2098, Fax 702-652-9570,
- E-Mail Address
-
richarda.maes@nellis.af.mil, idella.mullins@nellis.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is (F26600-03-Q-A003) and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13 and Federal Acquisition Circular (FAC) 2001-04. THIS SOLICITATION IS UNRESTRICTED. The Standard Industry Classification (SIC) for this solicitation is 3531 and the North American Industry Classification System (NAICS) is 333120. The Government intends to award a fixed-priced contract on or about 18 Dec 2002 for One each SOMERO S-240 LASER SCREED, with a SOMERO S-240 Grade Control System Support Kit and SOMERO S-240 Spare Auger Kit OR EQUAL to NELLIS AFB, NV. Salient Characteristics: Dual slope laser grade control system consisting of dual slope transmitter, hand-held receiver, grade rod, 10-foot tripod and two narrow band receivers. Receivers will mount to end of screed head and operate independently of each other. Laser control box will monitor and correct the screed head elevation a minimum of 10 times per second. Screed must be capable of being upgraded to the Three Dimensional Profiler System (3D). Screed must be able to use Sonic Laser tracing System in addition to standard dual slope technology. Screed head must be at least 12 feet wide and mounted on end of a minimum 20 foot telescoping boom. Screed must contain a plow for removal of excess concrete, an auger to cut concrete grade, and a vibrator to consolidate concrete a minimum 3,000 vibrations per minute to prepare the surface for finishing. Screed must have a self-leveling screed head. Screed head, boom and operators station must be capable of 360-degree rotation independently of lower frame and wheel assembly. Screed head must be able to screed at least 240 square feet in a single pass, and must rotate to near parallel of boom for transport and storage. Screed must be able to handle low slump concrete. Screed must have standard three modes of steering: two wheel steering, four wheel steering and crab steering. Must be equipped with 10 ply tires (minimum). Screed should be capable of over the road travel for short distances, and must be transportable on a 32-foot flatbed trailer without special permits or preparation. (Screed should be transportable without disassembly or oversize permits.) Screed must have four retractable hydraulically controlled stabilizing pads used for stabilizing during operations. Screed must be diesel powered. With screed head rotated, screed must be able to fit in 10 ft by 24 ft closed van for air or sea shipment. Screed must have a minimum one-year manufacturer's warranty. Purchase includes at least one full set of operator and maintenance manuals and on-site operator training. The attachments including, Offerors Representations and Certifications and Past Performance Questionnaire, are available on the Federal Government Electronic Posting Systems (EPS) site, http://eps.satx.disa.mil/ or http://eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). OFFERS SHALL BE SUBMITTED ON COMPANY LETTERHEAD WITH ALL INFORMATION REQURED BY 52.212-1 (b) that applies to this solicitation. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, past performance and price considered. Offerors must include with their quotation: A completed copy of the provisions at 52.212-3, Offeror Representations and Certification ? Commercial Items, Attachment 1 and Past Performance References, a minimum of (3) three, Attachment 2. Offerors who fail to complete and submit Representation and Certifications and Past Performance References, a minimum of three, may be considered non-responsive minimum of (3) three. The following clauses and/or provisions apply to this solicitation. FAR 52.212-2, Evaluation?Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.211-5 Material Requirements; FAR 52.222-26 Equal Opportunity; FAR 52.232-1 Payments; FAR 52.233-3 Protest after Award; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contract Registration; FAR 52.243-1 Changes-Fixed Price; DFARS 252.204-7004 Required Central Contract Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payment Program. Clauses and Provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of a clause or provision may be accessed electronically at http://www.farsite.af.mil. Contractors are required to have a Dun & Bradstreet number (DUNS) and be registered in the Central Contractor Registration (CCR) database to receive a DOD award payment. Lack of registration in CCR will make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505 and may register in the CCR over the Internet at http://www.ccr.gov. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. Quotes must be signed, dated and submitted in writing by 4:00 P.M.Pacific Standard Time 12 Dec 02 to 99th Contracting Squadron, 5865 Swaab Blvd. Nellis AFB, NV 89191, attention Richarda Maes. Price quotes may be sent by facsimile at (702) 652-9570. Contact Contracting Specialist, Richarda Maes at (702) 652-5358 (richarda.maes@nellis.af.mil) or Contracting Officer, Mr. George D. Dowdey (george.dowdey@nellis.af.mil) at (702) 652-2099, for information regarding this combined synopsis/solicitation.
- Place of Performance
- Address: Nellis AFB NV
- Zip Code: 89191-7063
- Zip Code: 89191-7063
- Record
- SN00211469-W 20021128/021126213249 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |