Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
MODIFICATION

39 -- Air Cargo Handling System at Yokota Air Base - Technical Library #14 - Refrigerator Floor Drawings - Amendment 2

Notice Date
12/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-11-R-7908
 
Archive Date
3/3/2012
 
Point of Contact
J. Brian Wafzig, Phone: 9376567514, Cathy I LaMusga, Phone: 937-656-7354
 
E-Mail Address
james.wafzig2@wpafb.af.mil, cathy.lamusga@wpafb.af.mil
(james.wafzig2@wpafb.af.mil, cathy.lamusga@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
P00002 - CDRL A009 Rev 1 P00002 - CDRL A004 Rev 1 P00002 - CDRL A003 Rev 1 P00002 - Appendix F Rev 1 P00002 - Appendix C Rev 1 P00002 - Cover PD Rev 1 Solicitation FA8604-11-R-7908 P00002, Yokota Air Cargo Handling System - Solicitation Modification #2. Yokota Pre-Proposal Conference Contracting Handout Pre-Proposal Conference Attendance List Technical Library #14 - Refrigerator Floor Drawings (Zip File - Open to view 7 files) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 15 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation Number FA8604-11-R-7908 is issued as a Request for Proposal (RFP) for a firm, fixed price commercial contract. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-54 (02 November 2011). This acquisition is unrestricted. The North American Industry Classification System (NAICS) Code is 333923. The small business size standard is 500 employees. This solicitation is for the design, manufacture, shipping, installation, and testing of an entire air cargo handling system. This RFP has twenty seven (27) line items. The primary work elements of this system include the following: 1. Two elevating transfer vehicles (ETVs). 2. The manufacture and installation of new powered and non-powered conveyors designed to handle military air cargo pallets (463L pallets). 3. ETV pallet storage enclosure, to include a rack for conveyors, crane rails and electric feed rails for ETVs, and a sprinkler system. 4. Pallet lifts. 5. An inventory control system to control and track pallet movement through the facility. This system must interface with a military information system and monitor and control all programmable logic controllers in the materials handling system. 6. A 35-ton overhead bridge crane, to include the supporting structure and electric pallet jacks with a 10,000 pound capacity for moving air cargo pallets. 7. Electric 463L pallet jacks. 8. The construction of foundations for each type of equipment. 9. The training of Government personnel on the operation and maintenance of the equipment. 10. A one-year parts warranty and a one-year warranty of construction. All solicitation specifications/drawings will be posted at the following location: http://www.fbo.gov/. Drawings are in AutoCad version 2008 format. You must have this software and version or a compatible viewer to read these drawings. Completion of this project is required 695 days from the date of award. F.O.B. point is Destination (Yokota Air Base, Japan). FAR Solicitation Provision 52.212-1, Instructions to Offerors - Commercial Items, and FAR 52.212-2, Evaluation - Commercial Items, both apply to this acquisition. Basis for Award: The method of source selection for this procurement will be Performance Price Tradeoff (PPT). Details of the proposal submittal instructions and criteria and evaluation procedures can be found in the attached Addenda to FAR Provisions 52.212-1 and 52.212-2, respectively. Past Performance Questionnaire: Offerors shall distribute the Past Performance Questionnaire to all references provided in the Past Performance Proposal. Questionnaires may also be provided to the references of subcontractor or teaming contractors for submission directly to the contracting office when the offeror determines the submission will support the offeror's relevancy data. Instruct all references to complete the questionnaires and return them directly to the POC listed below. Pre-Proposal Conference: There will be a pre-proposal conference at Yokota Air Base on 14 December 2011. You must submit information regarding attendees in accordance with AF 5352.215-9001, Notice of Pre-Bid/Pre-Proposal Conference, included in the solicitation. Please note that e-mail and fax proposals are not permitted. Pre-proposal conference attendees must submit the required information to the POC listed below no later than 10:00 AM EST on 23 NOVEMBER 2011. Bidders/Offerors are requested to submit questions in writing to the POC noted below no later than 30 NOVEMBER 2011. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. All proposals are due by 4:00 PM EST on 17 FEBRUARY 2012. All proposals should be delivered to the point of contact (POC) for this acquisition: Mr. J. Brian Wafzig ASC/PKESM 2275 D Street Bldg 16, Room 128 WPAFB, OH 45433-7228. (937) 656-7514 james.wafzig2@wpafb.af.mil Alternate POC for this acquisition is Ms. Cathy LaMusga (937) 656-7354, cathy.lamusga@wpafb.af.mil. NOTE: Proposals shall be mailed, sent by courier, or hand-carried to the buyer and location identified above. Offerors desiring to hand-carry proposals are cautioned that WPAFB has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND-CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at Building 16, Room 128, Area B, prior to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) and any other applicable laws or regulations. Mr. Howard E. Marks, Jr. has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations, please contact the POC listed for this solicitation. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman, Mr. Marks, may be contacted at (937) 255-8642. His address is: Howard E. Marks, Jr. Chief, Acquisition Center of Excellence Aeronautical Systems Center 1755 11th St, Bldg 570, Room 101 WPAFB, OH 45433-7404 Howard.Marks@wpafb.af.mil The Government reserves the right to not make an award at all. Please ensure that proposals are submitted in the correct format as described in the solicitation. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-11-R-7908/listing.html)
 
Place of Performance
Address: 730 AMS/TROC, Building 71, Yokota Air Base, Japan, Unit 5114, APO AP 96328-5114, Fussa, Japan
 
Record
SN02644622-W 20111224/111222234649-25ae2ddeb31f16a955f551ca1a4e10d8 (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.