Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

38 -- Vertical Material Hoist

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
Reference-Number-1030-6ACY99
 
Response Due
9/12/2006
 
Archive Date
9/30/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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. The solicitation number is 1030-6ACY99 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 333923 with a small business size standard of 500 employees. This requirement is unrestricted and only interested offerors may submit a quote. FOB Destination shall be Reston, VA 20190. Requirement: Material Hoist. Needed to move the materials within the building will be a Vertical Reciprocation Conveyor, also known as a material lift or hoist. The hoist will be used to move all materials and equipment to the upper floors. The hoist will need to be free standing and accommodate the largest of our items. Thus it will require a lifting capacity of 10,000 to 12,000 lbs to a height of 60 feet and a platform with a minimum dimension of 8 foot x 15 foot with a 8 foot height. The hoist must be to the delivery address by October 30th, 2006. The hoist is to be free standing with the capability of raising 10,000 to 12,000 pounds of material to a height of approximately 60 feet. The hoist must be able to be loaded from either the 8 foot side or the 15 foot side. A ramp is required from the ground floor to the hoist platform to enable a forklift to load material. The hoist needs to be built for severe environment use (heat, fine sand, and water) Transition bridges with piano hinges and 6 inch X 6 inch angle iron are to be provided for each floor (3 each). They shall have 8,000 pound axel load capacity (to be installed in field by our forces). Common parts that likely to need replacement in the first year of use must be quoted with the equipment keeping in mind that the hoist will be in an area without outside maintenance personnel. Training will be required for the men installing the hoist at the factory. The hoist is to be manufactured to be able to be shipped in standard 40 foot containers. The hoist is required to be shipped NLT October 30, 2006 Must operate in all weather conditions and from temperature ranges 20 degrees F to 140 degrees F. (No typo that is 140 F) Technical questions should be addressed to Bill Bowie, 703-812-2244, bowiewa@state.gov. All quotes must be accompanied with the technical specifications of the proposed equipment clearly identifying where it meets our requirement. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. All quotes must be emailed to BoufordRW@state.gov, preferred, or faxed to 703-875-6292
 
Place of Performance
Address: Delivery to Reston, VA
Zip Code: 20190
Country: UNITED STATES
 
Record
SN01137580-W 20060910/060908220555 (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.