Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

34 -- Loading Dock and Ramp

Notice Date
7/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3HKB19161A001
 
Archive Date
8/8/2009
 
Point of Contact
Jeremy T. Peppler, Phone: 4022942632, Ashley Taillard, Phone: 402-232-5032
 
E-Mail Address
jeremy.peppler@offutt.af.mil, ashley.taillard@offutt.af.mil
(jeremy.peppler@offutt.af.mil, ashley.taillard@offutt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F3HKB19161A001 is issued as a request for quotation. Funds are currently available. Quotations must be good for one month after the closing post date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The North American Industry Classification System (NAICS) code is 332312, 500 employees. Offutt AFB intends to issue a Request for Quotation (RFQ) for the following items: Line Items: Free standing steel/aluminum loading dock/ramp for the purpose of loading/off-loading US Mail from truck on a daily basis. Dock/ramp to be installed on concrete road surface adjacent to facility. All cost estimates must include shipping fees and installation charges to destination at Offutt AFB, NE. 1. Basic Requirements a. Steel/aluminum construction b. Required platform base and ramp c. Overall length of both base and ramp combination cannot exceed 23' 2. Platform Base Requirement a. Size requirement of 6' x 8' b. Adjustable/telescoping legs that allow for dock height adjustment from 45" to 55" c. Minimum weight capacity of 15,000 lbs d. Hand railings on each side (not required on truck mating side) e. Capability of being attached/bolted to ground 3. Ramp/Walkway Requirement a. Securely attachable to above platform b. Useable width 36" c. Minimum weight capacity of 2,000 lbs d. Hand railings on each side for entire length of ramp e. Preferred serrated grating surface for traction and prevent buildup of snow, ice, and water f. Specific Requirement: requires mail cart track guide rail down center of walkway to keep cart tracking properly while going up/down the walkway i. Track needs to be 18" wide, constructed of steel/aluminum permanently attached to platform ii. Toe holds need to be placed every 18" for the entire length of walkway iii. Thickness/height of guide rail/toe holds need to be 1" Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL BIDS. The clause at 52.204-7 Central Contractor Registration (Apr 2008); 52.212-1, Instructions to Offerors - Commercial Items; applies to this acquisition along with 52.212-2, Evaluation-Commercial Items (price and ability to meet the requirements are the evaluation factors); 52.212-3, Offeror Representations and Certifications - Commercial Items; and the clause at 52.212-4, Contract Terms and Conditions - Commercial Items; applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable; 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 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; 52.222-42 Statement of Equivalent Rates for Hires (29 U.S.C.206 and 41 U.S.C. 351, et seq.); 52.222-50, Combating Trafficking in Persons; 52.223-5 Pollution Prevention and Right to Know Information; 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-29, Terms for Financing of Purchases of Commercial Items; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-1 Solicitation Provisions incorporated by reference; 52.252-2 Clauses incorporated by reference; 52.253-1, Computer Generated Forms; applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contracting Registration; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 1993); 252.243-7001 Pricing of Contract Modifications (DEC 1991); 252.247-7023 Transportation of Supplies by Sea Alternate III. The following AFFARS clauses also apply to this acquisition: 5352.201-9101 Ombudsman (AUG 2005); 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (APR 2003); 5352.223-9001 Health and Safety on Government Installations (Jun 1997). Offers are due by TIME TIME ZONE DAY DATE MONTH YEAR. Quotes must be valid for 30 calendar days after the closing post date. Interested parties may identify their interest and capability to respond to this requirement or submit proposals. Quotes should be submitted via email to: jeremy.peppler@offutt.af.mil or fax to number (402) 294-7280. Address any questions to Jeremy Peppler (402) 294-2632.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3HKB19161A001 /listing.html)
 
Place of Performance
Address: 55SCS, 201 LINCOLN HWY STE 206, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN01874514-W 20090716/090714235818-e121d898f9f27b03c3b17be1734ae998 (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.