Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

N -- Purchase and install 1/4 ton electric chain hoist

Notice Date
8/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M2X88157A001
 
Archive Date
9/17/2008
 
Point of Contact
Judy F Johnson,, Phone: (843) 963-5158, James B. Ting,, Phone: 843-963-5157
 
E-Mail Address
judy.johnson@charleston.af.mil, james.ting@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2X88157A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333924 with a 750 employee size standard. (v) Contractors shall submit a quote for the following: 1/4 Ton Electric Chain Hoist with motorized trolley with explosion proof pendant, to include installation located in Bldg 570, Charleston AFB SC 29404 1 Each $_________________ Everything from 6 feet above the floor level will be in the explosion-proof Zone per Division 1, Class 1, Group D or Class 2, Group G. The monorail hoist will be 44 feet above ground. That will put the pushbutton pendant 4 feet above the ground and within the Zone. The crane will be Harrington Model #ERM003H-LER, OR EQUAL, and will be equipped with an explosion proof pendant assembly. Power will be supplied via a new breaker in the existing equipment room. An explosion proof seal-off will be installed in the conduit before entry into the zone. A safety cut-off will be located 6-1/2 foot above ground and will be equipped with an external push/pull handle reaching into zone to permit accessibility. Lift 45 feet Pendant Drop 40 feet, with 6 button explosion proof pendant with maintained on/off; up/down; and left/right Power supply and controls provided with Festoon assembly Voltage: 460/3/60 Lifting Speed: 60 FPM Traversing Speed: 40 FPM Includes Integrated Mainline Contactor Includes Canvas Chain Container Shipping and Handling (Delivery Charges) $___________________ Installation Charges $__________________ TOTAL COST $_______________________ (vi) All responsible sources may submit a quotation/proposal, which shall be considered. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2 Evaluation-Commercial Items Evaluation. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the government's requirement and 2. Price - the government will evaluate offers for award purposes or the total price for the requirement. Technical is more important than price. (viii) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (ix) FAR 52.212-4 Contract Terms and Condition-Commercial Items; • (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (x) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # Wage Determination 2005-2473, Rev. 6 dated 5/29/2008 • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Electrician $18.90 per hour • 52.222-50, Combating Trafficking in Persons. • FAR 52.228-5 -Insurance-Work on a Government Installation • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7003 -Control of Government Personnel Work Product • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 2 September 2008 no later than 2:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M2X88157A001. (xii) Address questions to Judy Johnson, Contract Specialist, at (843) 963-5158, fax (843) 963-5183, email judy.johnson@charleston.af.mil or James Ting, Contracting Officer, Phone (843) 963-5157, email james.ting@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=78f9b58a5c860602a30ca92584b9ed4e&tab=core&_cview=1)
 
Place of Performance
Address: Bldg 570, Charleston AFB SC 29404, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01646509-W 20080822/080820223020-78f9b58a5c860602a30ca92584b9ed4e (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.