Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

99 -- Provide equipment to load-test cranes and forklifts at Ft Eustis, VA IAW provided specifications.

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W909R092224000
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
Richard Downs, 7578782800x2225
 
E-Mail Address
ACA, NRCC, General Support Division
(richard.downs@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. All information to be submitted at no cost to the Government. The solicitation will be issued as a Request for (RFQ) under solicitation number W909R092224000. This acquisition is a small business set-aside. The applicable NAICS is 332312, and the small business size standard is 500 employees. This RFQ contains two (2) line items on a firm fixed price basis. The line item is as follows: CLIN 001 Load Testing Tanks. The requirement is for a two (2) tank system kits (each kit comprised of 1 upper and 1 lower tank) to load test RT 240 Kalmar and Grove RT 875 CC and CCS cranes. Both tanks must have valved fill and drain connections, be properly baffled to maintain a level attitude during lifting operations and have a combined total weight of 88,000lbs [+/ - 500lbs] when filled with water. Both tanks should be properly coated inside and out for corrosion prevention with top coat on outside being Safety Green. Both tanks will have a minimum of two sealed entry points [more if required] for personnel entry to facilitate future internal inspections and repairs of all internal surfaces. When tanks are married together they should not exceed 8' wide or 8' high to allow for standard highway transportation if required. The top tank must have standard ISO corner fittings located on top and set to the ISO dimensions of a standard 20' ISO container. It must have a combined weight of [tank and water] 35,000-40,000 lbs and be able to marry up with the bottom tank and be secured for lifting operations. The bottom tank must have a combined weight [tank and water] to bring total weight up to 88,000 lbs when the two tanks are married together. The bottom tank must be structurally strong enough to support the top tank and have suitable sized and located lifting points and rigging to rig a single pick point to a crane for lifting both tanks when married together at a total weight of 88,000 lbs. CLIN 002Two (2) Multi-Weight Forklift Load Testing Systems totaling 15,000 lbs each and consisting of a base plate with fork pockets on the bottom and a center upright to stack the weights on and to provide a center pick point. The base and upright must be strong enough to lift the total weight by the center pick point or the fork pockets. Fork pockets are to be on 36in. centers and large enough to accommodate 7 1/4in x 2 3/4in forks. The upright should keep weights from shifting and or rotating during lifting operations. Weights (per system) will consist of four (4) 3,000 lb, one (1) 2,000 lb, and one (1)1,000 lb weight. All weights will have fork pockets on bottom, lifting points at all four corners, and be stackable onto base upright. Fork pockets will be on 30in. centers and large enough to accommodate 6 1/4in x 2 1/4in forks. Lifting points should be sized to the weight it is on and be located on the sides such that they do not interfere with stacking of weights. Weights should slide up and down base upright without binding. A four leg chain sling with lockable hooks on each leg and sized to lift the heaviest weight shall be provided for stacking weights. ADDITIONAL REQUIREMENTS When bidding on this requirement please include the information below and do a price breakdown for each CLIN: Cage Code: DUNS No: TIN: Prompt Payment Terms: Delivery Time: Date offer expires: The delivery location is Fort Eustis, VA and delivery date is 30 days following contract award. Acceptance will be performed by the Government. The FOB Point is destination. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price of each CLIN. Evaluation requirements a.Technical Capability 1)Technical demonstration of Contractors understanding of the requirement and proposed design. b. Price 1)MICC-Eustis will use pricing information in performing its pricing review. c. Criteria for Award Award will be to the lowest priced, technically acceptable offeror. Award will be made on the basis that technical capability is considered significantly more important than price. The following criteria will be used in making this award evaluation: 1)Technical capability - Contractors quoted design/equipment will allow the Government to adequately load test the equipment listed in this combined synopsis/solicitation. For CLIN 001, water shall be the source of the weight. 2)Price. The FAR provision 52.212-1, Instruction to Offerors-Commercial Items (Apr 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1200 hrs, Eastern Standard Time (EST), 4 Sep 09. Electronic quotes are acceptable. Submission may be made via email to richard.downs@us.army.mil or mail at Mission and Installation Contracting Command Fort Eustis Center, ATTN: MAJ Richard Downs, 2746 Harrsion Loop, Fort Eustis, VA 23604. Quotes must reference the solicitation number. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. If the offeror is not registered in the CCR database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on technical acceptability and price. All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Governments requirements. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Nov 2006) (this must be completed on http://orca.bpn.gov), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Jun 2005) is included with the quotation. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. Offerors must comply with the FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items (Nov 2007) and ALT I (Apr 2002). The FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2008), is applicable to this procurement along with the following addenda: 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-25, Affirmative Action Compliance (Apr 1984) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52-233-1, Disputes (JUL 2002) DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), is applicable to this acquisition along with the following addenda: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) The following DFARS clause also applies: 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.204-7006, Billing Instructions (Oct 2005) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 09) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (Jun 05) 252.209-7004, Subcontrating With Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 06) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.246-7000, Material Inspection and Receiving Report (Mar 2008) Point of Contact MAJ Richard Downs, Contract Specialist, Phone 757-878-2800 ext2225, Email richard.downs@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ01/W909R092224000/listing.html)
 
Place of Performance
Address: ACA, NRCC, General Support Division Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN01932483-W 20090830/090829010724-2bbe1bad3b20de687ab49eaf61c250ff (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.