Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
MODIFICATION

N -- Install Hanel Storage Equipment/Remove MegaLifts

Notice Date
4/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
F1H2JC2031AG01
 
Archive Date
5/18/2012
 
Point of Contact
Kevin C. Stolark, Phone: 530-634-3370, Christopher Mavron, Phone: 530-634-4094
 
E-Mail Address
kevin.stolark@beale.af.mil, christopher.mavron@beale.af.mil
(kevin.stolark@beale.af.mil, christopher.mavron@beale.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The contractor shall provide all project management, rental equipment, labor, parts, materials, tools, equipment, test equipment, travel, and transportation, as well as personal protective equipment and clothing (including hearing and eye protection, safety glasses, and any other incidentals necessary) to install Hanel Storage equipment at Beale AFB, CA. More specifically, the work includes: 1. Installation of Hanel Rotomat Model 990/167/342/457 with 24 multi-functional carriers* with dual levels at Building 1069, 1069 Fairchild Ave, Beale AFB, CA 95903. Includes mechanical installation, all electrical connections and installation of final controls and procurement and installation of seismically approved anchors. [Scenario 1] 2. Installation of Hanel Lean Lift Model 2460-825/250/30 with 40 pans and 2 Lean Lift Tray Dividers* at Building 1069, Beale AFB, CA. Includes mechanical installation, all electrical connections and installation of final controls and procurement and installation of seismically approved anchors. [Scenario 2] 3. Teardown and relocation of existing Hanel Rotomat at Building 1075, 1075 Fairchild Ave, Beale AFB, CA 95903. Includes teardown of existing Rotomat, movement of same to a different hangar/Building 1069, and procurement and installation of seismically approved anchors and installation of new Pick Counter, Pic-to-lights and multiple tier shelves*. [Scenario 4] 4. Teardown of existing MegaStar Vertical Storage System (including seismic floor anchors) and installation of Hanel Rotomat Model 990/167/342/457 with 24 multi-functional carriers* with dual levels at Building 11177, 19351 McGregor St, Beale AFB, CA. Includes teardown of existing MegaStar, movement of same to the Beale AFB Defense Reutilization and Marketing Office designated storage area (on Beale AFB), and procurement and installation of seismically approved anchors and for installed Rotomat described above. [Scenario 5] 5. Teardown and removal of existing MegaStar equipment (including seismic floor anchors) and installation of Hanel Lean Lift Model 2460--825/250/30 with 20 pans* at Building 11177, 19351 McGregor St, Beale AFB, CA. Includes teardown of existing MegaStar, movement of same to the Beale AFB Defense Reutilization and Marketing Office designated storage area (on Beale AFB), and procurement and installation of seismically approved anchors and for installed Rotomat described above. [Scenario 6] 6. Rental Equipment to facilitate the above work requirements. 7. Travel to and from place of business to Beale AFB, CA. * To be provided as Government-furnished equipment SPECIAL NOTE: The successful offeror must provide to the Contracting Officer written confirmation signed by an authorized representative of Hanel Storage Systems, Inc. Pittsburgh, PA that it is an authorized installer of Hanel Storage Systems equipment. Failure to include such certification shall result in disqualification from consideration. This is a condition precedent to award; and no exceptions shall be made to this requirement. ******* The contractor shall be responsible for insuring that all services and parts provided under this contract are in accordance with (IAW) the terms and conditions outlined herein and conform to the manufacturer's equipment specifications and this Performance Work Statement (PWS). The equipment is listed in Appendix A. Central Contractor Registration is required to receive any award. Offerors may register at http://www.ccr.gov ORCA Registration is also required and offerors may register electronically at https://orca.bpn.org Electronic Procedures will be used for this solicitation. Interested parties may identify their interest and capability by responding to the requirement or submitting a proposal. All proposals that meet the criteria will be considered. For further information concerning this requirement, contact Mr. Kevin Stolark, Contract Specialist, 530-634-3370 or by e-mail at Kevin.Stolark@beale.af.mil All interested parties should check this site frequently for updates. Please refer to the attached Performance Work Statement (PWS) and Market Research Survey. GENERAL PROCUREMENT INFORMATION The NAICS Code for this requirement 238290 Other Building Equipment Contractors, Conveyor System Installation. The SIC Code is 1796, 1796 Installation or Erection of Building Equipment, Not Elsewhere [Specified]. The small business size standard is $14,000,000.00. Questions and responses will be posted on FBO. NOTICE TO INTERESTED BUSINESS CONCERNS All interested businesses are encouraged to submit a proposal package, no more than five (5) pages in length, addressing the following: 1. Business name, address, and point of contact; 2. DUNS number and CAGE code; 3. Statement of capability (including authorization from Hanel Storage Systems described above) which demonstrates the ability to perform in accordance with attached PWS; 4. Relevant past performance information for efforts of similar value, size, and scope, including contract number, indication of whether your firm acted as a prime or subcontractor and contract value; 5. Small business classification(s): (small business, 8(a), HUBZone, Small Disadvantaged business, Small Disadvantaged Veteran Owned business, and Women Owned business) in your submission; 6. Firm-fixed-prices for each of the line items noted above; 7. Comments, recommendations, or concerns; 8. Electronically submit your response to this Sources Sought via email to Kevin.Stolark@beale.af.mil SITE VISIT (a) A site visit will be conducted at 9 AMXS and 9 MXS on 25 April 2012 at 1100 hours, Pacific Time by representatives of the 9th Contracting Squadron and the 9th Maintenance Squadron for the purpose of affording potential contractors to preview the installation and removal and relocation sites incidental to the tasks set forth above. (b) The names, birth dates, Driver's License numbers, and Social Security numbers of all attendees shall be submitted to Mr. Kevin Stolark by e-mail to the following e-mail address: Kevin.Stolark@beale.af.mil (c) Attendance shall be limited to two (2) persons per interested firm. Follow up to the e-mail notification may be made to Mr. Stolark by facsimile in care of: 9th Contracting Squadron, 6500 B. Street, Suite 101, Beale AFB, CA 95903, (fax number 530-634-3311) prior to 5:00 PM Pacific Time on 23 April 2012. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 5:00 PM Pacific Time, 23 April 2012. Information provided at this conference shall not be considered as modifying the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless one or both is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) (Deviation) also apply to this Request for Proposal. FAR 52.212-3, Offeror Representations and Certifications (Jan 2011) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) The following clauses also apply: FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-4, Contract Terms & Conditions-Commercial Items FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items...with the following clauses selected: FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.214-31, Facsimile Bids; FAR 52.237-2, Protection of ‘Government Buildings, Equipment, and Vegetation FAR 52.252-2, Clauses Incorporated by Reference; Fill-In: http://farsite.hill.af.mil DFARS 252.204-7004, Alternate A, Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. AFFARS 5352.201-9101, Ombudsman AFFARS 5352.242-9000, Contractor Access to Air Force Installation The primary point of contact in respect of this requirement is: Mr. Kevin Stolark, 9 CONS/LGCA 6500 B Street, Suite 101 Beale AFB, CA 95903 By telephone at (530) 634-3370 By e-mail kevin.stolark@beale.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H2JC2031AG01/listing.html)
 
Place of Performance
Address: Building 1069, 1069 Fairchild Ave, Dock 1, and, 9 MXS, Building 1075, 1075 Fairchild Ave, Dock 2, and, 9 AMXS, Building 11177, 19351 McGregor St., Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN02724131-W 20120419/120417235433-1aa60febe127e12f837d26d67bf42359 (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.