Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
MODIFICATION

39 -- Dock Lift Bldg 51

Notice Date
7/19/2007
 
Notice Type
Modification
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
73523-5132
 
Solicitation Number
F1B4L17157A002
 
Response Due
7/31/2007
 
Archive Date
8/15/2007
 
Point of Contact
Joshua Stone, Contract Administrator, Phone 580-481-7255, Fax 580-481-5138,
 
E-Mail Address
joshua.stone@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
**** Questions and Answers from site visit: Length? There is no limit to the length of the platform. Just so long as it is at least 54". If longer platform allows for standard (off the shelf) lift then it is fine. There is plenty of space forward of the area. Needs to have nonskid coating. A weight capacity of under 6000 lbs is acceptable, but no less than 2000 lbs. Fixed gate at bottom of lift can be attached to platform to allow for ramp. **** *** This is a Request for Quote for a commodity with all installation and removal of old hardware to be included in price*** *** For a copy of the statement of work that includes the pictures and dimensions of the area please email joshua.stone@altus.af.mil *** 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; proposals are being requested and a written solicitation will not be issued. Solicitation number F1B4L17157A002 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 15 May 07. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 423830, with less than 100 employees. Statement of Work: STATEMENT OF WORK INSTALL DOCK LIFT BEHIND BLDG 46 AGGN 07-1157 25 JUNE 2007 1. SCOPE: The contractor shall provide all travel, plant, design, materials, labor, and supervision necessary to install a dock lift behind building 46. 2. PRINCIPAL FEATURES: The work to be accomplished generally consists of the following principal items. This does not mean that the work consists only of these items, but that it consisits of these principal items along with all incidental minor work which becomes necessary to complete in order to accomplish the overall project in a satisfactory and workmanlike manner meeting the approval of the Contracting Officer. This incidental work is to be included in the contractor?s proposal at the time of submittal to the Contracting Officer. a. Complete the design process for the required work. Contractor shall provide completed drawings based on the preliminary photos provided to him/her with the Request for Proposal (RFP). Contractor shall not begin actual work on the construction until all applicable design and installation drawings are completed and approved for installation by the Contracting Officer. Contractor must provide the Contracting Officer with any and all installation drawings to be used during the project. b. Install the following items: i. Recess dock lift with minimum deck size of 50 inch x 84 inch with ground level entry (1 inch or less between the edge of the lift and ground level) and minimum vertical lift of 54 inch. Unit will be equipped with 42 inch high railing on 2 sides with mid-rail and kickboard. At the dock and open sides, the unit will be equipped with a hinged dock plate. Dock will have minimum 6000 lbs capacity. Lift will be hydraulic operated, electric power with weatherproof push button remote control mounted to lift. Lift will have safety skirting. ii. The ground where the lift is to be placed is at a 3 inch downgrade to allow for runoff. The lift must be installed and adjusted to account for this. In the raised position there needs to be no gap between lift and dock. A hinged dockplate is acceptable to cover gap. iii. Gate at ground level where dock lift will lower. c. Modify/Replace following items: i. Metal tubing handrail at the top level dock (12 feet long, 4 feet high). Railing needs to be modified or replaced to accomadate easy access to and from lift, while still providing a safe working platform when lift is in lowered position. Gate must be operable from both dock and lift sides. Must also be able to be closed while personnel, supplies, etc are on dock. 3. GENERAL: All work on this project shall be performed in accordance with the general specifications for each type or work required. When work is not covered by the general specifications, said work shall be performed in accordance with the most applicable ?standard of the industry? for the type of work involved. 4. Pictures of Area: a. b. c. d. e. f. END SOW All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor. Registration at: http://www.ccr.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Joshua Stone 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-6217,send a fax to (580) 481-5138, or e-mail to: joshua.stone@altus.af.mil 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. A site visit is scheduled for Thursday, 19 July 2007 at 1300 (1:00 PM) in the contracting building (302) on Altus AFB. RSVP to one of the POC listed above prior to the site visit. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.211-6, Brand Name or Equal, (AUG 99); FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1600 (04:00 P.M.) CDT, 31 July 2007. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2006);FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (JUN 03);DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFF ARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations.; FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); FAR Clause 52.233-3 Protest After Award (AUG 1996); FAR Clause 52.247-34 F.o.B. Destination (NOV 91); FAR Clause 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 84); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1,FAR Clause 52.252-6 Authorized Deviations in Clauses (APR 84); Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUL-2007); 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/USAF/AETC/AAFBCS/F1B4L17157A002/listing.html)
 
Place of Performance
Address: Altus AFB, OK
Zip Code: 73523
Country: UNITED STATES
 
Record
SN01347594-F 20070721/070720005715 (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.