Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

39 -- Vertical Lift Modules (2) - Soliciation

Notice Date
8/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
F2DCCR-Hill-VLM-238
 
Archive Date
9/6/2011
 
Point of Contact
Paul Coombs, Phone: 8017774299, J.D. Bowns, Phone: 8015860684
 
E-Mail Address
paul.coombs@hill.af.mil, jd.bowns@hill.af.mil
(paul.coombs@hill.af.mil, jd.bowns@hill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation and product description Subject: Combined synopsis/solicitation for total quantity two vertical lift storage retrieval systems to be delivered and installed at Hill AFB building 238. 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 combined synopsis-solicitation is issued as request for quotation (RFQ) as solicitation number F2DCCR1063A002. It is issued on 02 August 2011 from the contracting office at OO-ALC/PKOA. 6038 Aspen Ave Bldg 1289 NE Hill AFB, UT 84056-5805 This solicitation closes on 23 August 2011. All quotes must be received by 5:00 pm Mountain Time on closing date 23 August 2011. Quotes must be submitted electronically to the Contracting Officer Mr. Paul Coombs at email address Paul.Coombs@hill.af.mil. Set Aside Status: This contract action is a 100% Small Business Set Aside associated with NAICS code 333999 which has a business size standard of 500 employees or less. Line Items: CLIN 0001 Vertical lift storage retrieval system as described by specifications attached, including all shipping, installation, and training costs. Quantity of one (1). Location: Hill AFB, UT, building 674. CLIN 0002 Vertical lift storage retrieval system as described by specifications attached, including all shipping, installation, and training costs. Quantity of one (1). Location: Hill AFB, UT, building 674. Description of requirements: It is the responsibility of the contractor to supply all necessary transportation, labor, tools and equipment for storage and installation. The Air Force will not supply off loading docs, forklifts, trucks, or covered storage. All expenses for transportation, installation, and training will be the responsibility of the contractor. It is required that the contractor plan accordingly to ensure employee access to Hill AFB prior to delivery and installation dates. This may include background checks and security passes. Site Specifications The approximate floor space available to fit two machines (VLMs) into is approximately 47'4" wide by 18' deep by 35' high. As mentioned previously, some ceiling obstructions are lower than 35'. The maximum height will be determined in part by the arrangement of the machines and the dimensions of the machines. It is the responsibility of the contractor to ensure that their proposed machine will fit the actual dimension of the building. These measurements are approximate. Machine Specifications The following are specifications that we believe are necessary to accomplish the proposed mission to safely store the aircraft parts: Pan Size approx 12' by 5' Pan capacity 2000 lbs Pan coating in Polyamor or equal to protect against metal to metal contact and corrosive liquids. Coating eliminates requirement to use foam padding, thus saving an inch of storage space on each pan. Pan lip of 5 inches Adjustability: The ideal solution would allow for simple or automatic re-configuration of all pans down to 6" intervals. Approximately 50 pans per machine anticipated. Please include pricing options or separate pricing for additional pans. 480 Volt Delta AC connection terminated in a disconnect box next to machine will be provided by Hill. Internal sprinklers (Hill will connect to Hill's sprinkler system), overhead dust cover, full width lighting, lockable door, powder coat exterior finish Seismic Rating of 4 or greater RS232 Port: The controller shall be a command driven interface with asynchronous responses communicating through an ASCII RS232C 9 pin connection. Pan positioning will be directed from Air Force automation control host system MPS/D230 using ASCII commands. The controller shall respond when commands are completed and not require continuous polling to determine completion status. Configuration: Machine should be able to be configured at 8" spaces, or load barriers every 8" minimum. The purpose is to provide maximum flexibility for different operations and future workload changes. Delivery and Acceptance: Acceptance will not take place until after installation to include a thorough test run and training of Hill AFB employees by the contractor. Installation, training and acceptance must be accomplished prior to (NTE) 120 days after receipt of contract award. After award, it will be the responsibility of the contractor to contact Mr. Robin Barraclough at Hill AFB to arrange the specific delivery, installation, and training date or date(s). Mr. Barraclough can be reached at (801) 777-1027. Instructions to Offerors: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers quotes must conform and contain all required information. All offeros must address each element listed in the Description of requirements, also to include delivery, installation and training by describing if their product meets, exceeds, or does not meet the requirement. Failure to address all elements may result in the government determining the quote technically unacceptable for award. Clearly indicate any deviations from the specifications. The Air Force is proposing a firm fixed price contract. All quotes deviating from this proposal must be clearly marked. Evaluation of Quotes: The following procedure will be used instead of procedures described in provision 52.212-2. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government will use a Best Value Determination to determine the successful offeror IAW FAR 13.106-1(a)(2). (b) Factors for award include price, machine characteristics, and machine performance. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Representations and Certifications: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Terms and Conditions: 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 Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional clauses applicable to this acquisition include: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 252.225-7000, Buy American Act and Balance of Payments Program. 252.225-7001, Buy American Act and Balance of Payments Program. Other clauses applicable to this acquisition include: 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 252.232-7003 Point of Contact: Contact the Contracting Officer Mr. Paul Coombs for information regarding this solicitation. Paul.Coombs@hill.af.mil 801-777-4299
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2DCCR-Hill-VLM-238/listing.html)
 
Place of Performance
Address: Hill AFB, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02518226-W 20110804/110802234831-228000fdfa495585afaf188291ade828 (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.