Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

J -- Upgrade Carousel

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U3566207A100
 
Response Due
9/11/2006
 
Archive Date
9/26/2006
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F2U3566207A100. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and Defense Acquisition Circular 91-13. This procurement is being issued as 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 811310 and the size standard of $6.5 Million applies to this procurement. The requirement is for the upgrade of a Raymond Carousel. 1. Scope of Work: Contractor shall provide all labor, equipment, materials, travel, field fact finding investigations, and field surveys, to refurbish a Raymond Carousel for Luke Air Force Base. The contractor is required to investigate the existing location of the carousel to ensure a complete understanding of the work requirements. The contractor will not be reimbursed for expenses incurred while investigating the work prior to submitting a quotation or offer. b. SITE VISIT: A mandatory site visit will be held on Tuesday, 5 Sep 06, at 0900 (local Arizona Time) at Bldg 945. All attendees will meet at the Luke AFB South Gate. Failure to attend the site visit will render your quote ineligible for consideration. All site visit attendees must call (623) 856-7179 x288 or e-mail ken.miller@luke.af.mil not later than 1 Sep 06 to confirm attendance. c. The contractor shall select the appropriate new carousel components, remove and dispose of the existing carousel components and install carousel components. Contractor shall provide with their quote existing literature to the government on the carousel components selected for use if other than the one?s named below. 2. Components: a. Components needed for the carousel to work sufficiently shall include but are not limited to:Conversion Kit Assembly Includes: new drive AC motors, proximity sensors, MCU II, photoeyes & controller, e/stop buttons & controller for 3 carousels. New CPU Unit; New Hand Control; Wiring ends & misc., parts needed for conversion on all 3 carousels. Note: Current Computer Control may not be Compatable with New Control System. b. Statement of Work: Remove both DC drive motors from each carousels (carousels are dual drive); Remove home sensor pin from each carousel; Remove all wiring from carousel; Install new AC drive motors and proximity sensor on each carousel; Remove CPU and MPU from wall; Install new CPU and MCU on wall;Replace portable hand control with portable hand held contol II (PHC II); Replace photo eys, photoeye control unit and all necessary wiring; Test and Adjust all units to HSI specifications.3. Work Location: 14171 W Starfighter St., Bldg 945, Luke AFB, AZ 85309.4. Use of Utility Services: Contractor shall be permitted the use of utility services (water, electricity, and latrines) from the governments existing services while in performance with this contract. 5. BASE HEALTH AND SAFETY REGULATIONS: The contractor will comply with all applicable provisions of EPA, OSHA standards, and shall conform to all Federal, State, Local and Base health regulations. 6. Site Workmanship: All work under this contract shall be performed in a skillful and workmanlike manner. Daily cleanup of worksite is required to maintain safety and a presentable appearance. 7. The Government desires FOB Destination, Luke AFB, AZ within 90 days after receipt of order. Offerors must provide warranty information specific to all equipment and installation. . The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must have completed their registration of their Representations and Certifications On-line at: htt://orca.bpn.gov/publicsearch.aspx. The clause at FAR 52.212-4,Contract Terms and Conditions-Commercial Items and FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. and 52.252-2, Clauses Incorporated by Reference Disputes; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13, Restrictions of Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-18, Availability of Funds; 52.233-3, Protest After Award; 52.242-15, Stop-Work-Order; 52.253-1, Computer Generated Forms; 52.247-34, FOB Destination are applicable. The clause at DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and DFARS 204-7004, Required Central Contract Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252-209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.219-7011, Notification to Delay Performance; 252.243-7001 Pricing of Contract Modifications; 252.246-7000, Material Inspection and Receiving Report; 252.247-7023, Transportation of Supplies by Sea. To be eligible to receive an award resulting from this solicitation, contractor must (No Exceptions) be registered in the DoD Central Contractor Registration (CCR) database(http://www.ccr.gov) and Wide Area Work Flow at (https://www.wawf.eb.mil). A firm-fixed price award will be made based on price and price related factors. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, and provides the best value to the Government This requirement is subject to the availability of funds. Funds are currently not available, but may become available for this project. All quotes must be valid for 30 days and emailed to ken.miller@luke.af.mil or faxed to (623) 856-3447 ATTN: Ken Miller. The quotes are required to be received no later than 4:00 PM, EST, on 11 Sep 06.
 
Place of Performance
Address: Bldg 945 Luke AFB AZ
Zip Code: 85309
Country: UNITED STATES
 
Record
SN01123297-W 20060825/060823220829 (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.