Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

99 -- Automated Lifting and Storage Rack

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
GPCTWCF(LG)245
 
Response Due
9/3/2004
 
Archive Date
9/30/2004
 
Point of Contact
Tamara Lee, Contract Specialist, Phone 843-963-5164, Fax 843-963-5183, - Gregg Anderson, Contracting Officer, Phone 843-963-5169, Fax 843-963-5183,
 
E-Mail Address
tamara.lee@charleston.af.mil, gregg.anderson@charleston.af.mil
 
Description
(i) This 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. Proposals are being requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is GPCTWCF(LG)245 is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 (iv) The associated NAICS code is 493110 with a $21,500,000 size standard. (v) Contractors shall submit a lump sum proposal for all labor and materials included in this project. All responsible sources may submit a quotation, which shall be considered by the agency. (vi) Stac-U-Rak Automated lifting and storage rack system ***OR EQUAL*** QUANTITY x 1 each. 1. Must have the capacity to store 44 individual Special Operations Loading Ramps (SOLRs) and 20 associated transportation trailers. 2. Must have storage bays at least 62 inches deep, 119 inches wide and a minimum of 28 inches high. 3. The height of each bay must be adjustable. 4. The shelf (pallet) in each bay must be capable of supporting a minimum of 500 pounds and be removable. 5. The shelf must have fork entry pockets and will double as a pallet. 6. The crane/forklift device will be fully automated for single person operation and have forks capable of moving the entire shelf, including the equipment. 7. If an isle is required to meet these specifications, it should be 14 feet wide to allow maneuvering of equipment. 8. Approximate dimensions are 24?W x 44?L x 20?H. (vii) Delivery: within 11 weeks after award. (viii - xii) The following clauses and provisions are incorporated and will remain in full force in any resultant award. . The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/ (viii) FAR 52.212-1, Instructions to Offerors-Commercial (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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: (1) Technical capability of the item offered to meet the Government requirement. (2) Price and (3) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Technical and past performance, when combined, are more important than price. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. (xiii) The following additional clauses are applicable to this procurement. FAR 52.204-7, DFAR 252.204-7004 Alt A-Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414 DFARS 52.232-7003 Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD form 250) and electronic invoices IAW DFARS 52.232-7003 Electronic Submission of payment Requests. The WAWF routing information will be provided upon award. FAR 52.211-6 Brand Name or Equal FAR 52.225-13 Restrictions on Certain Foreign Purchases DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFAR 252.246-7000 -Material Inspection And Receiving Report FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 3 Sep 2004 no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number GPCTWCF(LG)245. (xvii) Addressed to Tamara Lee, Contract Specialist, Phone 843-963-5164, fax 843-963-5183, email address tamara.lee@charleston.af.mil or Gregg Anderson, Contracting Officer, Phone 843-963-5169, email address gregg.anderson @charleston.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://public.charleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index.htm , and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: 400 North Graves Ave, B705, Charleston Air Force Base, SC
Zip Code: 29404-4924
Country: USA
 
Record
SN00649588-W 20040825/040823212213 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.