Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2005 FBO #1216
SOLICITATION NOTICE

39 -- Modular Vertical Reciprocating Conveyor

Notice Date
3/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-5068-0003
 
Response Due
4/11/2005
 
Archive Date
6/10/2005
 
Small Business Set-Aside
Total Small Business
 
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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-01 (09 Mar 2005) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20050222. This acquisition is set aside 100% for small businesses. The North American Industry Classification System (NAICS) is 333922 (SIC Standard Industrial Classification number 3535) with a size standard of 500 employees. It is anticipated that payment will b e made by Government VISA Credit Card. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The quote shall consist of Contract Line Item (CLIN) 0001, quantity of one (1) each Modular Vertical Reciprocating Conveyor. Conveyor will be used for lifting pallets of bagged wax and filler material approximately 16 feet above loading dock, and inserting through a rollup door onto the floor. Specifications are as follows: Modular pre-assembled design (no special erection skills required), Designed for exterior usage, Designed for surface mounting on existing concrete loading dock (mounting pit not required), Fully enclosed between levels, Self-diagnostic control panel, All mechanical drive train, Minimum of 500% shock load rating, Motor cover, Pre-wired in conduit at factory, Operating controls at each level, Interlocked double swing doors, Fabricated IAW ANSI/ASME B20.1 Safety Standards, NEMA 4 control panel enclosure, NEMA 4X keyed push button stations, NEMA 4 Limit Switches, Two level operation, 4000 pound lift rating, 15 foot 6 inch travel, 60 inch W x 60 inch D x 70 inch H load area, 8 foot6 inch clearance above upper level deck, 25fpm lift speed, 208/3/60 voltage, Soft start/soft stop, Fail-Safe Brake Motor, Cable Safety Brake, Slack Cable Switches, Z Load configuration, Control box remote located on lower level on inside wall, Upper level PB Panel mounted on inside wall, Lower level PB Panel mounted on outside wall inside a padlocked box, Exterior finish: Zinc primer with powder coat finish. Conveyor shall be pre-wired in conduit. The supplier shall provide on-site factory certified installation supervision during the entire erection process. Proposals will be evaluated by USAYPG technical representative to determine if the proposed system will meet YPG requirements. The Government intends to award a contract to the responsible bidder whose bid conforming to the solicitation will be the most a dvantageous to the Government based on technical acceptability and price. All quotes shall be clearly marked with the Solicitation number W9124R-5068-0003 and e-mailed to Laura.StJohn@yuma.army.mil no later than 4:30 p.m. Mountain Standard Time (MST) 11 April 2005. A Question and Answer amendment to respond to technical questio ns received regarding this solicitation will be issued on 05 April 2005. Technical questions regarding this solicitation must be E-MAILED to this office (laura.stjohn@yuma.army.mil) and received no later than 4:30 pm MST 04 April 2005. Technical question s received after 4:30 pm MST 04 April 2005 will not be answered. If no questions are received, an amendment will not be issued. Offers that fail to furnish required representations or information as required by 52.212-1 cited below, or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Provision applies to this acquisition: FAR 52.215-1 Instructions to Offerors - Competitive Acquisit ion (Jan 2004). The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The offe rors proposal must include all the material listed in the specifications above. Partial proposals will not be considered. Offers that fail to furnish required representations or information as required by 52.215-1 or reject the terms and conditions of this solicitation may be excluded from consideration. NOTE: THE FOLLOWING OFFEROR REPRESENTATIONS AND CERTIFICATIONS MUST BE COMPLETED AND SUBMITTED WITH YOUR QUOTE: FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005) and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items (Nov 1995). In order to complete FAR 52.212-3 and DFAR 252.212-7000 Offeror Representations and Certifications, you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a Word document, and comp lete the required information. These Representations and Certifications are also available on the USAYPG contracting web site at http://www.yuma.army.mil/contracting/rfq.html. The following clauses and provisions also apply to this solicitation, and must be reviewed, although you are not required to fill in any information or return copies: FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003), and specifically addendum 52.247-34, F.o.b. Destination (Nov 1991). FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2005) applies to this acquisition and specifically, 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor  Cooperation with Authorities and Remedies (June 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this Acquisition, and specifically 252.225-7001, Buy American ActTrade AgreementsBalance of Payments Program (Apr 2003). After reviewing the solicitation, if you plan on participating in this acquisition you are required to provide your name, address, phone number and e-mail address via e-mail Laura.StJohn@yuma.army.mil or facsimile (928) 328-6849 for notification of any ame ndments. SEE NOTE 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00775651-W 20050326/050324212504 (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.