Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
MODIFICATION

39 -- Battery Operated Order Picker

Notice Date
4/11/2006
 
Notice Type
Modification
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-06-T-0007
 
Response Due
4/21/2006
 
Archive Date
4/21/2006
 
Point of Contact
Nancy Delaney, Contract Specialist, Phone (732) 323-4478, Fax (732) 323-2359, - Keith Davis, Contract Specialist, Phone 732-323-2243, Fax 732-323-4069,
 
E-Mail Address
nancy.delaney@navy.mil, keith.davis@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The following is provided for clarification purposes regarding the Battery Operated Order Picker: Question: 1. Can you provide more detail for this phrase "will require gull wings 24 inches (12 inches on either side), capable of being operated by one person," that appears in the solicitation for the Battery operated order picker. Are the gull wings merely an extension of the operator platform so it is safer to operate in a 72" aisle or are they something totally different? Does the capable of operation by one person refer to operating the overall truck or to operating the gull wings? Answer: 1. "gull wings" are referred to the extensions on the 2 sides of the unit. They shaped like wings, and is for the purpose of personnel safety, & it provides a sense of security while standing when the unit is moving or moved up in the air. The gull wings do not move. Operation refers to the unit going up and down or moving around. Question: 2. Do you want a battery and charger included in this quote, or do they already have those items in place? Answer: 2. Battery & battery charger is required with the unit. The following is provided for clarification purposes regarding the Wire Guidance System: Question: 1. Assuming the shelving configuration is a single row of shelving, then a pick aisle, then two rows of shelving back to back, then a pick aisle, and finally a single row of shelving does your system, indeed, have only TWO PICK AISLES?? Answer: 1. Our facility is being built. The plan is to have four (4) rows of shelvings in parallel. There will be three (3) aisles in between the four (4) shelvings plus the two (2) outside access rows. Question: 2. How many linear feet is each pick aisle? Answer: 2. The shelvings are all different in length. The longest is about 81 ft, the shortest is about 63 ft, and the width of each is about 8 ft. The shortest distance between the end of 1 shelving and the wall where the hook up shall be is about 9 ft. We estimated the total length of wire needed is within 450 ft. Question: 3. Is the shelving system open on each end where the truck can exit to a perpendicular main aisle? Answer: 3. Shelvings are open at both ends for order picker access. Question: 4. Is there a source of 120VAC in the vicinity of the shelving system or is it the contractor's responsibility to run the AC power source from an existing service panel? Answer: 4. 120vac power outlets will be available at the site. If the wire guidance system requires to be hard wired with a cut off switch, for example, it shall be reflected in the proposal. Question: 5. Is the concrete in this facility less than 2 years old? Answer: 5. Yes, this is a new facility being built. (i) 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. (ii) This solicitation number N68335-06-T-0007 is issued as a competitive small business set aside request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation is a competitive Small Business Set-Aside. NAICS is 333924 applies. (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Battery Operated Order picker, Raymond Corp Model: 5400 (or equivalent)CLIN 0002 Wire Guidance System. This is a brand name or equivalent solicitation and all offers meeting or exceeding the technical specifications will be evaluated. Award will be made to the lowest priced, technically acceptable offeror. (vi) Offers will be evaluated on a strict pass/fail basis. (vii) The salient characteristics for the battery operated order picker are as follows; Capable of reaching a height of 30 feet, required to handle weights greater than 301 lbs, required to lift a standard 48x40 pallet full of aircraft parts, operate in an aisle width of 72 inches, will require gull wings 24 inches (12 inches on either side), capable of being operated by one person, capable of being used with the wire guidance system. The salient characteristics for the Wir Guidance System must be compatible with the Order Picker. The following information is provided for the Wire Guidance System: The floor is sealed concrete, painted white. White paint with 90 grit iron oxide mixed. The Wire Guidance System electrical wire shall be inbedded in the middle of the floor between 4 rows of storage shelves. Wire length shall be up to 450 ft. This includes the length from the shelves to the wall where the signal generator & electrical hook up shall be installed. The floor shall be returned to the original condition after the wire installation. The Wire Guidance System shall use 110vac, 60hz, 1ph, plug. There shall be no interference with the singals from the iron oxide floor. Contractor shall install the complete Wire Guidance System at Pax River, MD (exact location will be provided at a later date). All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence within 14 weeks after contract award. FOB Destination. Ship unit to: N68335, NAWCAD LKE HWY 547 BLDG 195 (HANGAR 6), LAKEHURST NJ 08733, Attn: HING LOUIE, (732) 323-7167, M/F: MLT. Inspection and Acceptance at Source. (viii) FAR 52.212-1 Instructions to Offerors – Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1: All offerors competing for award are required to provide a proposal in two volumes: Volume 1 – Price Proposal, Certifications and Representations, Volume 2 – Operations and Maintenance Manual and Descriptive Literature. Offeror is also to provide the terms of commercial warranty of at least one year and past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous Government contracts. Descriptive Literature must be furnished as part of the offer. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the Salient characteristics stated above. (ix) FAR 52.212-2, Evaluation – Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) Notice of Small Business Set Aside, FAR Clause 52.219-6. (xii) Item Identification and Valuation; 252.211-7003. (xiii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. (xiv) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xv) Additional requirements. Warranty: The Offeror’s commercial warranty of at least one year shall apply and should be stated in the Operation and Maintenance Manual. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xvi) Cost proposal, operation/maintenance manual, and descriptive literature are due by 3:00 p.m. EST, 23 February 2006 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25214 ND, Nancy Delaney, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xvi) Name and telephone number of individual to contact for information regarding the solicitation: Nancy Delaney, (732) 323-4478, fax (732) 323-7440, e-mail: Nancy.Delaney@navy.mil. The Government will not accept electronic proposals. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Business” then “Doing Business With Us” and “Open Solicitations.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government is not authorizing and will NOT accept electronic proposals. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-06-T-0007/listing.html)
 
Record
SN01026198-F 20060413/060411222708 (fbodaily.com)
 
Source
FedBizOpps 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.