SOLICITATION NOTICE
71 -- WEAPONS STORAGE SYSTEM
- Notice Date
- 9/22/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - North, 3130 George Washington Boulevard, Wichita, KS 67210
- ZIP Code
- 67210
- Solicitation Number
- W55SFU8176LP01
- Response Due
- 9/22/2008
- Archive Date
- 3/21/2009
- Point of Contact
- Name: Robert Echternach, Title: Contract Specialist, Phone: 316-681-1759, Fax: 316-652-2386
- E-Mail Address
-
robert.echternach@usar.army.mil;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: 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 W55SFU8176LP01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions 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 337215 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-22 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT RILEY, KS 66442 The US ACA FT McCoy requires the following items, Brand Name or Equal, to the following: LI 001, Mobile high density storage system, Size 9'3" X 3"6" x overall height not to exceed 92.25". System must include the following attributes: Universal Weapons racks with receding locking doors and NSN # assigned.(Weapons Racks without NSN's are not acceptable in Military Facilities.) Must be manufactured by same Manufacturer. The types of weapons supported are M2 50 CAl Machine Guns w/ 2 barrels, M16A2, M249 SAW w/ 2 barrels, M203's, MK-19, and M9 pistols. Weapon quantities will vary due to the fact that Equipment Concentration Site #33 is not a permanent storage facility for weapons. The only weapons stored there are for mobilizing or demobilizing units. Sensitive Items such as Night Vision Googles, ANCDS Crypto devices, and DAGR's will also be stored. Systems will have one piece rail with tongue and groove attachment. (Butt splice is not acceptable) Full length of rail leveled, anchored with full grouting between floor and rail. (Shims for rails not acceptable) Aluminum Tread Plate Floor and ramp. Heavy Duty Wheel Assemblies with Roller Guide Bearings and Inrail anti tips. Must have two anti tips per wheel. Steel Face panels / Full height of Shelving. Mechanical Assist Operation with 1:4000 gear ratio. Drive shall be Dual Wheel Line Shaft Drive., 1, EA; LI 002, Mobile High Density Storage System. Size 21'8" X 7" X overall height not to exceed 92.25". System must include the following attributes: Universal Weapons Racks with receding locking doors NSN assigned. Note: Weapons racks without NSN's are not acceptable in Military facilitties. Must be manufactured by same manufacturer. Mobile system formatted to accomodate existing cabinets as well. The types of weapons supported are M2 50 CAl Machine Guns w/ 2 barrels, M16A2, M249 SAW w/ 2 barrels, M203's, MK-19, and M9 pistols. Weapon quantities will vary due to the fact that Equipment Concentration Site #33 is not a permanent storage facility for weapons. The only weapons stored there are for mobilizing or demobilizing units.Sensitive Items such as Night Vision Googles, ANCDS Crypto devices, and DAGR's will also be stored. Systems will have one piece rail with tongue and grove attachment. (But splice is not acceptable) Full length of rail leveled, anchored with full grouting between floor and rail. (Shims for leveling not acceptable) Aluminum treat Plate Floor and ramp. Heavy Duty Wheel Assemblies with Roller Guide Bearing and in rail anti tips. Must have two anti tips per wheel. Steel face panels / full height of Shelving. Mechanical asst operation with 1: 8000 gear ratio. Drive shall be Dual Wheel Syncccro Drive., 1, EA; For this solicitation, US ACA FT McCoy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA FT McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.211-6, Brand Name or Equal; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b); 252.225-7036, Buy American Act North American Free Trade AgreementIsraeli Trade Act (AltI); 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023, Transportation of Supplies by Sea (Alt III). ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program (Nov 2005). Desired Delivery: 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DOD contractors to submit and track invoices and receipt/acceptance documents electronically. The WAWF website is located at https://wawf.eb.mil and there is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF, Training External Link, Vendor Getting Started Guide. Contractors may also obtain assistance by contacting the WAWF Customer Support (Help Desk) at toll free- 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL DFARS 252.211-7003 Alt 1, Item Identification and Valuation DFARS 252.246-7000, Material Inspection and Receiving Report
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=380e0072d86ebc578b73b8b12e38dec6&tab=core&_cview=1)
- Place of Performance
- Address: FORT RILEY, KS 66442<br />
- Zip Code: 66442-2408<br />
- Zip Code: 66442-2408<br />
- Record
- SN01678336-W 20080924/080922221033-380e0072d86ebc578b73b8b12e38dec6 (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 |