SOLICITATION NOTICE
54 -- SELECTIVE PALLET RACK SYSTEMS
- Notice Date
- 8/11/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for New Jersey, USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, NJ 08640
- ZIP Code
- 08640
- Solicitation Number
- W80Y2G81980001
- Response Due
- 8/25/2008
- Archive Date
- 10/24/2008
- Point of Contact
- Lewis Ayers, 215-656-6912<br />
- Small Business Set-Aside
- Total Small Business
- Description
- U.S. Property and Fiscal Office (NJ) Purchasing and Contacting Division, Fort Dix, NJ. 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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W80Y2G81980001 and is issued as a request for quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 500 employees. This requirement is a [ 100% Small Business ] set-aside and only qualified offerors may submit quotes. The contractor shall provide the following: SELECTIVE PALLET RACK SYSTEMS for two different locations: First location - Combined Services Maintenance Shop (CSMS), Bordentown, NJ 08505. CSMS Bordentown pallet rack systems shall consist of four units. Two single row units that will be placed against walls and two double row back-to-back freestanding units. Both units against the walls will be 120 feet long, 42 inches deep and 144 inches high. The two freestanding units will have two rows of racks back-to-back, 104 feet long, 42 inches deep and 144 inches high with 6 inch long connecting spacers. One unit to go against the wall will have 48 inch wide spacing entirely. The other units will have 48 inch wide spacing interspersed with 96 inch wide spacing. There will be a total of 110 48 inch spaces between uprights for 48 inch beams and 16 96 inch spaces between uprights for 96 inch beams. Averaged load spacing height will be 48 inches between the beams. All beams will have 3-1/4 inch high step and made of 15 gauge steel. The 48 inch long beams are required to have a capacity of 6,960 lbs per pair and the 96 inch long beams are required to have a capacity of 4,290 lbs per pair. All beams shall have connectors welded at the ends. Connectors shall be 4 point tri-planer type which penetrate the full depth of the rack upright and grip 3 planes of the tubular columns at 4 points per connection. Each connector is to have a separate locking mechanism which is not part of the connector. Rack uprights shall be made of 14 gauge steel, 3 inch by 1 5/8 inch closed column tube, with fully seam welded construction. Uprights are to be welded with X bracing attached to horizontal members. Uprights are to have welded base plates. Each pair of 48 inch long beams shall have a 42 inch deep by 46 inch wide wire deck and each pair of 96 inch beams shall have two such wire decks. The wire decks shall be made of 6 gauge wire, a 2,000 uniform distributed load capacity per wire deck, 3 channels welded to underside of 2.5 inch by 4 inch wire mesh to provide rigidity and strength and be 1-5/8 inch step beam compatible. To be included for each upright is a Rack Protector to be either Damotech or equal and row end protectors for four row ends to be either Willgard WGR or equal. Second location - Unit Training Equipment Site (UTES), Fort Dix, NJ 08640. UTES Fort Dix pallet rack systems shall consist of four units. Two single row units that will be placed against walls and two double row back-to-back freestanding units. Both units against the walls will be 100 feet long, 42 inches deep and 144 inches high. The two freestanding units will have two rows of racks back-to-back, 84 feet long, 42 inches deep and 144 inches high with 6 inch long connecting spacers. One unit to go against the wall will have 48 inch wide spacing entirely. The other units will have 48 inch wide spacing interspersed with 96 inch wide spacing. There will be a total of 78 48 inch spaces between uprights for 48 inch beams and 9 96 inch spaces between uprights for 96 inch beams. Averaged load spacing height will be 48 inches between the beams. All beams will have 3-1/4 inch high step and made of 15 gauge steel. The 48 inch long beams are required to have a capacity of 6,960 lbs per pair and the 96 inch long beams are required to have a capacity of 4,290 lbs per pair. All beams shall have connectors welded at the ends. Connectors shall be 4 point tri-planer type which penetrate the full depth of the rack upright and grip 3 planes of the tubular columns at 4 points per connection. Each connector is to have a separate locking mechanism which is not part of the connector. Rack uprights shall be made of 14 gauge steel, 3 inch by 1 5/8 inch closed column tube, with fully seam welded construction. Uprights are to be welded with X bracing attached to horizontal members. Uprights are to have welded base plates. Each pair of 48 inch long beams shall have a 42 inch deep by 46 inch wide wire deck and each pair of 96 inch beams shall have two such wire decks. The wire decks shall be made of 6 gauge wire, a 2,000 uniform distributed load capacity per wire deck, 3 channels welded to underside of 2.5 inch by 4 inch wire mesh to provide rigidity and strength and be 1-5/8 inch step beam compatible. To be included for each upright is a Rack Protector to be either Damotech or equal and row end protectors for four row ends to be either Willgard WGR or equal. All items will be purchased as parts with no installation. Pricing shall be FOB Destination Freight Included. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. 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, apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-50, Combating Trafficking in Persons; 52-225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds transferCentral Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payments Requests; 252.232-7010, Levies on Contract Payments; 252.247-7023, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recently revision dates posted. Those who wish to express an interest in the solicitation may submit their quotes to Mr. Lew Ayers, Purchasing Agent at lewis.ayers@us.army.mil. All quotes must be submitted in writing. OFFERORS MUST STATE BUSINESS SIZE ON EACH REQUEST AND PROVIDE Central Contractor Registration (CCR) CAGE CODE, FAX NUMBER and EMAIL ADDRESS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=def3bd98bcf484bb64d0cd2b78fec1ea&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for New Jersey 3601 Technology Drive, Room 112, Ft Dix NJ<br />
- Zip Code: 08640<br />
- Zip Code: 08640<br />
- Record
- SN01636769-W 20080813/080811225655-def3bd98bcf484bb64d0cd2b78fec1ea (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 |