Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

71 -- FURNISH AND INSTALL PALLET RACKS FOR BLDG.7 BAYS 5 AND 6 AT TOBYHANNA ARMY DEPOT, TOBYHANNA,PA 18466

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-10-R-0036
 
Response Due
7/19/2010
 
Archive Date
9/17/2010
 
Point of Contact
Ruth Mecca, 570-615-7432
 
E-Mail Address
Tobyhanna Depot Contracting Office (CECOM-CC)
(ruth.mecca@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. 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-42. NAICS Code is 337215, 500 employees size standard. Request for Proposal (RFP) W25G1V-10-R-0036 applies. Simplified acquisition procedures at FAR Part 13.5 are being used. This action is a 100% Small Business Set-Aside. Any resultant contract shall be Firm, Fixed-Price, one award. Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement to procure Pallet Racking, to include all installation, shipping/delivery and warranty. Delivery is FOB Destination, Tobyhanna Army Depot. Tobyhanna, PA 18466. Delivery will be made in two Phases. The Pallet Racking,optional materials, Installation, Shipping, Delivery and Warranty will meet the requirements of the Specification/Statement of Work provided at Attachment two (2) and Auto CAD drawing for Rack Layout, provided at Attachment three (3). PROPOSAL SUBMISSION: The pricing shall be filled out as follows: CLIN 0001: $_____ One (1) Lot, PHASE 1: Furnish and install new pallet racks (tear drop design only) for Building 7 Bay 5 at Tobyhanna Army Depot, to include all supervision, labor, equipment, installation, warranty and delivery per drawing, specifications and statement of work, Delivery is to be available within five (5) weeks ARO with installation to commence within two (2) working days after delivery of materials. NOTE DEFFERED DELIVERY: Delivery will not be made or accepted until a Notice to Proceed is issued by the Government. CLIN 0002: $______ One (1) Lot, PHASE 2: Furnish and install new pallet racks (tear drop design only) for Building 7 Bay 6 at Tobyhanna Army Depot, to include all supervision, labor, equipment, installation, warranty and delivery per drawing, specifications and statement of work, Delivery is to be available within ten (10) weeks ARO with installation to commence within two (2) working days after receipt of materials. NOTE DEFFERED DELIVERY: Delivery will not be made or accepted until a Notice to Proceed is issued by the Government. CLIN 0003: OPTION $_______ One (1) Lot, PHASE 1: Furnish and Install new Frame/Rack Guarding for the end of rack aisles for Building 7 Bay 5. CLIN 0004: OPTION $__________ One (1) Lot, PHASE 2: Furnish and Install new Frame/Rack Guarding for the end of rack aisles for Building 7 Bay 6. CLIN 0005: OPTION $_________ One (1) Lot, PHASE1: Furnish and Install new Upright Frame/Guard Column Protectors for aisle way frame columns for Building 7 Bay 5. CLIN 0006: OPTION $_______ One (1) Lot, PHASE 2: Furnish and Install new Upright Frame/Guard Column Protectors for aisle way frame columns for for Building 7 Bay 6. SITE VISIT: It is strongly suggested potential offerors view the site to determine installation or logistical requirements. A site visit is scheduled for JULY 13, 2010 at 10:00A.M. Attendees will meet in Bldg. 20, Security, at the time and date specified above. Contractors are requested to notify in advance the Contract Specialist, Ruth Mecca, 570-615-7432 or ruth.mecca@us.army.mil of intentions to attend the site visit. Contracting Officer Representative (COR) for Site Visit is Mike Rusinko, Additional Point of Contact (POC): Dana Smith. Reference TYAD Local Clause 52.0237-4008 for TYAD On-Site Contractor Workforce and Visitor Restrictions. TECHNICAL/PAST PERFORMANCE: TECHNICAL: Offeror shall provide manufacturers technical specifications for Pallet Racking and optional materials proposed. The offerors technical proposal must specifically demonstrate the proposed pallet racking and optional material meet the salient characteristics and specifications and statement of work, and must provide evidence the proposed pallet rack equipment meets Rack Manufacturers Institutes (RMI) ANSI MH16.1 -2008 specifications and standards in their proposals. Technical proposals must address proposed delivery, installation and warranty. PAST PERFORMANCE: Offeror shall provide with their offer, Past Performance Information pertaining to three examples of recent, same or similar sales and services as this requirement, to include; customer name, phone number/e-mail, equipment and services supplied, dollar value of contract and required/actual delivery will be required. The examples shall have been performed within the past three years (3 yr). SEE FAR CLAUSE 52.212-2 EVALUATION OF COMMERICAL ITEMS, FOR EVALUATION FACTORS FOR AWARD. PROPOSAL REQUIREMENTS: Pricing must be provided for all CLINs. To receive an award, the company must be registered in the Central Contractor Registration (CCR) http://www.bpn.gov/. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b, 19 thru 24,30a, and 30b; AND 30c. completed. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5 Certification Regarding Responsibility Matters. FAR 52.212-3 ALT 1 (Offeror Representations and Certifications-Commercial Items), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation (i.e., Past Performance and Technical documentation); must be submitted with your offer in order for your offer to be considered (see Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance). Completed SF1449 and other information must be either faxed 570-895-7525, or a signed, scanned SF 1449 and other information can be sent electronically as a.pdf file to; ruth.mecca@us.army.mil or provided hard copy by the date specified for receipt of offers which is 4:00PM local July 19, 2010. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM local July 19, 2010. APPLICABLE FAR, DFARS AND LOCAL CLAUSES: See Attachment one (1) for all Applicable FAR, DFARS Clauses, and LOCAL CLAUSES Applicable to this combined synopsis/solicitation and any resultant award. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956 Wide Area Workflow System, which will be included in any resultant contract. AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. ANY QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED IN WRITING TO THE CONTRACT SPECIALIST, ruth.mecca@us.army.mil. THE QUESTIONS AND ANSWERS WILL BE PUBLISHED IN AN ADMENDMENT TO THIS SOLICITATION. ALL ATTACHMENTS TO THIS SOLICIATION ARE LISTED BELOW UNDER ADDITIONAL DOCUMENTATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/486290bc1b149ef43ea6da67af9840d9)
 
Place of Performance
Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02194162-W 20100703/100701235254-486290bc1b149ef43ea6da67af9840d9 (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.