Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

71 -- Pilot Lockers, metal with wood door per minimum specifications included in this synopsis solicitation. - Amendment 2

Notice Date
5/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 132 FW/LGC, IOWA ANG, 132 FW/LGC, Iowa ANG, 3100 McKinley Avenue, Des Moines, IA 50321-2799
 
ZIP Code
50321-2799
 
Solicitation Number
W912LP-09-T-0075
 
Response Due
5/19/2009 11:59:00 PM
 
Archive Date
7/18/2009
 
Point of Contact
Patrick J. Olson,, Phone: 515-256-8464
 
E-Mail Address
patrick.olson@ang.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Minimum specs revised to show the correct outside diameter of 24" and inside diameter of 22 1/2". Also, door may be 22 1/2" wide and recessed so it is flush with the sides of the locker or it may be 24" wide and cover the sides of the locker. This option is left up to the vendor to decide which may be the better option. Specification change showing outside locker diameter to be 24", inside diameter 22 1/2". 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 being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-09-T-0075. All proposals shall reference the RFQ number and shall be submitted by 10:00 A.M. local time on 19 May, 2009. The anticipated award date is 29 May, 2009. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-27 dated 17 Sep 2008. This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award may be made to participating large business. The North American Industry Classification system code (NAICS) 337215 size standard of 500 employees. Contract line item numbers and quantities: CLIN 0001, Pilot Lockers, 50 each must meet the minimum specifications: Lockers to made from metal, wide/thick (not necessarily solid though) 24" wide, outside diameter/width, 22 1/2" inside diameter/width 77 tall Lower locker opening to be 54 tall Second opening from bottom to be 6" tall Third opening from bottom to be 8" tall Top opening to be 6" tall Top portion of locker will have hinged door that is 24" wide by 16" tall and have a nameplate on the front. (names and other information to be determined after contract award) Door will be hinged at the top with a full-length hinge. Must be able to latch in the open position to allow pilots to put helmets in or remove from this part of the locker. Door to be a wood or laminate. Door is to be inset and flush with sides at front. Or, door may be 22 1/2" wide and sit flush with the sides of the locker. This would necessitate the shelves to be recessed 3/4" from the front to allow the door to be flush. Shelves to be thick, metal (not necessarily solid though) Hooks to be installed on left and right side of lockers, capable of holding up to 100 pounds each. Back hook panel to be installed (provided by the 132nd Fighter Wing) from the existing locker room. We want to re-use existing 3 prong hangars that are currently mounted to a steel panel that is mounted on the back wall of existing locker room. (see attached photo of existing hangars to be re-used) These are heavy and the locker back structure must be able to support up to 100 pounds. Color to be determined after contract award Lockers capable of being connected together (on the sides) for stability when installed Vendors must submit drawing(s) & specifications along with quote in order to be considered for contract award Sketch of proposed lockers and photos are available. If these cannot be uploaded into FedBizOpps you may e-mail me at patrick.olson@ang.af.mil and these will be provided upon request. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation - Commercial Items. The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Governments stated importance of evaluation criteria. The following evaluation factors will be used to evaluate quotes received: Technical Capabilities, Price and Past Performance. Technical Capabilities and Past Performance combined will approximately equal Price for importance. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable; 52.203-3, Gratuities; 252.225-7012,Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following additional clause is incorporated by reference:52.233-3, Protest after Award. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest (MSGT Patrick J. Olson, 132nd Fighter Wing, 3100 McKinley Avenue, Des Moines, Iowa 50321-2720); Sign and date your offer, then submit to Iowa Air National Guard, Attn: Contracting Office, 3100 McKinley Avenue, Des Moines, Iowa 50321-2720, at or before 10:00 A.M. local time on 19 May, 2009. For information regarding this solicitation contact MSGT Patrick J. Olson at patrick.olson@ang.af.mil or Michael D. Casper at michael.casper@ang.af.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. Offerors are requested to submit questions to the email address noted above not later than 1:00 P.M. local time on 12 May, 2009. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Point of Contact is MSGT Patrick J. Olson, phone 515-256-8464, e-mail: patrick.olson@ang.af.mil Quotes will be accepted by mail (mailing address: Iowa Air National Guard, Attn: Contracting Office, 3100 McKinley Avenue, Des Moines, Iowa 50321-2720) or quotes may be e-mailed to: patrick.olson@ang.af.mil or faxed to: Iowa Air National Guard, Contracting Office, fax # 515-256-8460 or they may be delivered in person to the base address (mailing address), building 430, Contracting Office. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-05-13 15:45:31">May 13, 2009 3:45 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-05-14 08:18:23">May 14, 2009 8:18 am Track Changes Lockers are to be 23 1/4" deep inside dimension, 24" deep outside dimension. The door should cover the 8" shelf and the 6" shelf below that, leaving the top 6" shelf open. Pilot helmets will be placed on the top, open shelf. The hooks on the sides of the lockers should be placed approximately 2" back from the front of the lockers and the top of the hook brackets should be approximately 49" up from the bottom of the locker. The center hooks that our base will provide should also be placed in the center of the back of the lockers with the top of the brackets approximatly 49" up from the bottom of the lockers. A template for the hooks we are re-using will be provided to the vendor who is awarded this contract so they can see where the bolt holes are to be drilled and what the dimensions are for this hook assembly. An updated drawing will be uploaded in FedBizOpps showing these changes. CORRECTION TO SPECIFICATIONS: Outside diameter/width of lockers to be 24", inside diameter/width to be 22 1/2". See revised uploaded sketch. Locker door may be either 22 1/2" wide and sit flush with the sides of the locker, which means the shelves inside the locker would need to be recessed by 3/4" each to allow the door to sit flush. Or, the door may be 24" wide and cover the sides of the locker. Vendors can provide drawing and their suggestion for this door.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/USA/NGB/DAHA13-1/W912LP-09-T-0075/listing.html)
 
Place of Performance
Address: 3100 McKinley Avenue, Building 124, Des Moines, Iowa, 50321, United States
Zip Code: 50321
 
Record
SN01817663-W 20090516/090514220747-957c1856e0c337212139144fb1843a03 (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.