Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOLICITATION NOTICE

39 -- Brand name or equal- Stanley Vidmar Modula ML-75 VLM Storage System

Notice Date
5/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0028
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation W911S8-07-Q-0028 This is a Combined Synopsis/Solicitation for the purchase of 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 solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number Combined Synopsis/Solicitation W911S8-07-Q-0028 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070426. This requirement is unrestricted with a NAICS Code of 337127 and a corresponding size standard of 500 employees. FAR 52.211-6 Brand Name or equal applies. The de scription of the commercial item is for Brand name or equal- Stanley Vidmar Modula ML-75 VLM Storage System and reads as follows: CLIN 0001, Modula ML-75 VLM  33 8 high (34 6 overall height clearance required), at least 1,650 lb. live load capacity per drawer and at least 132,000 lb. overall potential machine capacity. This machine will contain a total of 74 drawers providing 161 3/8 x 24 5/8 usable space (27.6 sq. ft.) per drawer. There will be (25) 5 deep drawers installed at 6 pitch providing 5 usable, (25) 6 deep drawers installed at 7 pitch providing 6 usable, (11) 8 deep drawers installed at 9 pitch providing 8 usable, (11) 10 deep drawers installed at 14 pitch providing 13 usable and (2) 10 deep drawers installed at 20 pitch providing 19 usable. This machine will include an External Single Level Pick Bay, Windows XP Touch Screen Sliding Operator Conso le, Bar-Code Reader, Label Printer, Drawer Weigh Scale Feature and Automatic Closing Doors. Also included are (300) 5 Slotted Partitions, (300) 6 Slotted Partitions and (100) 8 Slotted Partitions. CLIN 0002 Installation of CLIN 0001 CLIN 0003 ML Series Spare Parts Kit CLIN 0004 Auxiliary Power Connection Feature Minimum salient characteristics are as stated above. Delivery time shall be no later than 12 weeks A.R.O. to Fort Lewis, WA 98433. Fob Destination to Building R3721, Fort Lewis WA 98433. Contractor shall provide with Quotes, Manufacturer, Place of Manuf acture, Country of Origin, Delivery time ARO, and Freight Method. Acceptance & Inspection will be at destination. The selection resulting from this request for quotations will be made on the basis of the Lowest priced, Technically Acceptable quote from a responsible quoter with acceptable or neutral past performance. Once the Contracting Officer has decided to whom an order will be issued, a bilateral order requiring the quoter's signature will be issued. A contract will be in existence once both the quoter and the Contracting Officer have signed the order. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the f orms listed under this combined synopsis/solicitation number). Past performance information is requested with provided quotes. The Government may also obtain past performance information from other sources. Provision 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clause s can be reviewed at http://www.lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are not presently available for this acquisition. No purchase order will b e issued until appropriated funds are made available. Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local clause-52.111-4132, Identification of Co ntractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quo ters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quot es. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5 and DFARS Clause 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Exec utive Orders, Commercial Items, apply to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52 .225-13, and 52.232-33. The following clauses within DFARS 252.212-7001 are applicable to this acquisition: within (a): 52.203-3; within (b): 252.225-7001, 252.225-7012, 252.225-7036, and 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. DFA RS clause 252.232-7010 is applicable. DFARS Provision 252.209-7001 is applicable. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http:// farsite.hill.af.mil or http://www.arnet.gov/far. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Quotes are due on 31 May, 2007 at 4:30:00 PM. Pacific Daylight Time. Quotes must be sent e lectronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Max D Putnam, Contract Specialist, max.d.putnam@us.army.mil, 253-966- 0175. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www .lewis.army.mil/doc- and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01288991-W 20070509/070507221415 (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.