Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

71 -- ADJUSTABLE RACK SYSTEM AND CABINETRY

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-11-Q-0197
 
Archive Date
2/18/2011
 
Point of Contact
Charlene Booth, Phone: 315-330-3536
 
E-Mail Address
charlene.booth@rl.af.mil
(charlene.booth@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items to be acquired under FAR Part 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-11-Q-0197 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20110103. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 332439 and a small business size standard of 500 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis. Offerors shall specify the warranty term and include shipping FOB Destination in the total price. Item 1: Adjustable Rack System Qty: 1 SY Configuration for Room 1 - Loading Dock One unit consisting of: Open rack system maximum height is one hundred and twenty one inches (121 inches) minimum height is eight feet (96 inches) Shelving width maximum is 54 inches, minimum is 48 inches. Two shelves each, one shelf minimum 48 inches from floor. Length of shelving maximum of 144 inches. Maximum load of 2000 pounds per square foot. Color - Black, Columns - Warm Gray Pallets Known Working Solution: Stanley Vidmar Rack System, P/N: P038960R1 (or equal) Color - Black(S20106) Columns; Warm Gray Pallets(S20917) (1) Row Adjustable Racking, 2000# Capacity CONSISTING OF: 2KPFS1214848, 121"H X 48"W X 48"D, STARTER, Qty 1 2KPFA1214848, 121"H X 48"W X 48"D, ADD-ON, Qty 2 2KRTS4848, TOP SHELF 2K ADJ RACK 48 X 48, Qty 3 2KRP4848, PALLET 2K 48 X 48 ADJ RACK SYS, Qty 12 CEPP48, 48" END PROTECTOR, Qty 2 CFPP, 12" H COLUMN PROTECTOR, Qty 4 SPC07, SPECIAL PAINT CHARGE-WARM GRAY, Qty 1 - Overall Height: 10' 1" - Overall Width: 4' 7 ½" - Overall Length: 15' 4" - Overall height of Adjustable Racking must be 3" lower than the lowest ceiling obstruction Item 2: Cabinet Qty: 4 EA Configuration for Room 2 - Shipping Two units consisting of: Open shelving height of nine feet (108 inches) minimum height of eight feet (96 inches) Open shelving width maximum of 27 inches, Minimum of 24 inches. Length of shelving maximum 10 feet (120 inches) minimum of nine feet (108 inches) Maximum load of 500 pounds per square foot. Housing Color: Black Door/Shelf Color: Warm Gray Known Working Solution: Stanley Vidmar Cabinet, P/N: P038960B-000001 (or equal) Housing Color - Black (S20106); Door/Shelf Colors - Warm Gray (S20917) UNITS 1 THRU 4 - 4 EA CABINET, 60"W X 27 3/4"D X 59"H, CONSISTING OF: 1 MODEL DWSD0340 HOUSING 3 MODEL DWCS40 SHELVES, 1 MODEL*SDL3401 LOCKING DEVICE 1 MODEL STFDW STACK TOP FEATURE - D Item 3: Cabinet Qty: 4 EA Configuration for Room 2 - Shipping Two units consisting of: Open shelving height of nine feet (108 inches) minimum height of eight feet (96 inches) Open shelving width maximum of 27 inches, Minimum of 24 inches. Length of shelving maximum 10 feet (120 inches) minimum of nine feet (108 inches) Maximum load of 500 pounds per square foot. Known Working Solution: Stanley Vidmar Cabinet, P/N: P038960B-000005 (or equal) Housing Color - Black (S20106); Door/Shelf Colors - Warm Gray (S20917) UNITS 5 THRU 8 - 4 EA CABINET, 60"W X 27 3/4"D X 42"H CONSISTING OF: 1 MODEL DWSD0245 HOUSING 2 MODEL DWCS40 SHELVES, 1 MODEL*SDL2451 LOCKING DEVICE 1 MODEL HNFDW NO PALLET FEET FEATURE - DW Item 4: Cabinet Qty: 4 EA Configuration for Room 2 - Receiving Four units each consisting of: Lockable cabinets with measurements of 60 inches width, 27 3/4 inches depth and 59 inches height. Lockable and stackable cabinets with measurements of 60 inches width, 27 3/4 inches depth and 42 inches height. Known Working Solution: Stanley Vidmar Cabinet, P/N: P038960B-000009 (or equal) Housing Color - Black (S20106); Door/Shelf Colors - Warm Gray (S20917) UNITS 9 THRU 12 - 4 EA CABINET, 60"W X 27 3/4"D X 59"H CONSISTING OF: 1 MODEL*DWPT0340 HOUSING 3 MODEL*DWPTCS40 SHELVES, 1 MODEL STFDW STACK TOP FEATURE - DW 1 MODEL*DWPTBP80 BOTTOM PAN - DW PASS THROUGH Item 5: Cabinet Qty: 4 Configuration for Room 2 - Receiving Four units each consisting of: Lockable cabinets with measurements of 60 inches width, 27 3/4 inches depth and 59 inches height. Lockable and stackable cabinets with measurements of 60 inches width, 27 ¾ inches depth and 42 inches height. Known Working Solution: Stanley Vidmar Cabinet, P/N: P038960B-000013 (or equal) Housing Color - Black (S20106); Door/Shelf Colors - Warm Gray (S20917) UNITS 13 THRU 16 - 4 EA CABINET, 60"W X 27 3/4"D X 42"H, CONSISTING OF: 1 MODEL*DWPT0245 HOUSING 2 MODEL*DWPTCS40 SHELVES, 1 MODEL HNFDW NO PALLET FEET FEATURE - DW 1 MODEL*DWPTBP80 BOTTOM PAN - DW PASS THROUGH *Note: The Stanley Vidmar products identified above are a known working configuration for the requirement. Offerors may propose equivalent products; however, equivalent products shall meet or exceed the minimum technical specifications identified in the configuration section of each item. Offerors shall specify at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of order (ARO). The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda: (b) Written quotes are due by 3 PM (ET), Thursday 3 February 2011. Submit to: AFRL/RIKO, Attn: Charlene Booth, by email at charlene.booth@rl.af.mil, or by fax to 315-330-2555. (b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (b)(10) No past performance information is required. (b)(11) INCLUDE A STATEMENT VERIFYING that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clause applies to certain products with unit price of $5,000 or greater. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. 52.212-2 Evaluation-Commercial Items. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE and (ii) TECHNICAL CAPABILITY; both factors are of equal importance. 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (b) of this provision with their quote. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 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 Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.227-7015 Technical Data Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023 Alt III, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.211-7003, Item Identification and Valuation 252.225-7000, Buy American Act - Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-C9 to this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0197/listing.html)
 
Record
SN02363333-W 20110122/110120234326-edb5c35f5117e907fae72d36e6a4a7c6 (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.