Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SOLICITATION NOTICE

N -- Installation of Vertical Lift System - Site visit Mandatory

Notice Date
1/22/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739908Q0008
 
Response Due
2/1/2008
 
Archive Date
3/1/2008
 
Point of Contact
SSgt. Felder, C.R. 760 830-5115
 
Description
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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-08-Q-0008 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 238210 The Standard Industrial Classification Code (SIC) for this order is 1731. The small business size standard is $13 MIL. The Defense Priorities and Allocation System (DPAS) rating for this order is DO-S10.The Federal Supply Classification (FSC) for this order is 3910. This solicitation is for the installation of four Government-owned Hanel Storage Lean Lift Units on behalf of Exercise Support Division (ESD), Marine Corps Air Ground Combat Center, Twentynine Palms, California. The Contractor shall provide all labor, management, supervision, tools and/or material necessary to perform the installation and initial operation of all four Hanel Storage Lean Lift Units. Offerors shall be experienced in installing the Hanel Storage Lean Lift. Offerors shall provide a firm fixed price for completed installation in accordance with the Statement of Work below. Due to the nature of the request, a site visit mandatory. After the site visit, vendors are expected to send a drawing plan in their proposal as well as a plan based off of the following: CLIN 0001- Statement of Work: The installation of Hanel Storage Units shall include: -The demolishing and removal of existing shelving and wire mesh cage that is now located in the future proposed location of the new equipment. -Help develop a cost efficient solution to implementing installation of the Hanel Storage System which will help save space and improve efficiency. -Submit a design of how the system will look once in place, and give the end-user an opportunity to actually go on a walkthrough of our new material-handling system. -Provide a small motor control panel that will provide distribution to each of the four (4) Hanel Storage Lean Lift Units. -Relocating the necessary power from the electrical control panel to location where the Hanel Storage Lean Lift Units will be installed. -Due to the lack of storage space for such a system, the Government will coordinate a time the system can be delivered to Bldg 2054 after the existing shelving has been demolished and removed. The vendor shall off load the mechanical and electrical equipment for all four (4) units on site at building 2054. -Include and and provide training to the Government on how to use the associated state-of-the-art software. -Provide up to one (1) week labor to load parts into the Hanel Storage Lean Lift Units from the existing shelving. -Label the divider trays to coincide with the locations in the control system. Exercise Support Division, Material Readiness Branch (MRB) will help with relocation of parts to the new storage units. The Hanel Storage Lean Lift Units shall be installed by factory authorized trained personnel. As part of the installation the vendor must offer a one (1) year installation warranty on all four (4) units upon completion of installation. Place of contract delivery will be Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC) Twentynine Palms, CA. The awardee is required to be registered with, understand, and invoice through Wide Area Workflow. The Following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR: 52.211-6, 52.212-1, 52-212-2, 52.212-3, 52.212-4, 52.212-5, 52.219-6, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33, 52.237-1, 52.237-2. DFAR: 252.212-7000, 252.212-7001 (Dev), 252.204.7000, 252.204-7004 (Alt A), 252.232.7003 Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. The Government intends to award a contract resulting from this solicitation to the responsible/responsive offeror whose proposal conforming to the solicitation will be the most advantageous to the Government, considering price and other factors listed below. The following factors shall be used to evaluate the proposals. (1) Price? The lowest price technically possible while providing the requested items and meeting the delivery terms.. (2) Warranty ? The best warranty on the work performed at the site. (3) Experience (4) Past Performance *** It is very important that all vendors and contractors follow all instruction provide below, when quotes, bids, or proposals are being submitted *** Please include Best Estimated Delivery Date very important, DUNS #, CAGE CODE #, and TIN #. It is very important that you indicate on your quote, whether you are quoting comparable item or same item being requested. Provide all pictures and specification of requested item or items when quoting. We are seeking F.O.B Destination. If you have any questions or concerns please contact 760-830-5115 or email clifford.felder@usmc.mil <mailto:clifford.felder@usmc.mil> . My fax number is 760-830-6353. Proposals or Quotation are due by 0900 (9:00AM) PST on February 1, 2008 at The Regional Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), P.O. Box 6053, Twentynine Palms, CA 92278-6053, ATTN; SSgt Clifford Felder, Contracting Specialist, Telephone # 760-830-5115, Fax 760-830-6353. FED EX/HAND-CARRIED Proposals or Quotation are due by 0900 (9:00AM) PST on February 1, 2008 at The Regional Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 22, P.O. Box 6053, Twentynine Palms, CA 92278-6053, ATTN; SSgt Clifford Felder.
 
Record
SN01489881-W 20080124/080122224156 (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.