Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

71 -- Lean-Lift Vertical Lift Module

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-12-Q-6031
 
Point of Contact
Zachary D. Leddy, Phone: 9197221728, James D. Pitcher, Phone: 9197221727
 
E-Mail Address
zachary.leddy@seymourjohnson.af.mil, james.pitcher@seymourjohnson.af.mil
(zachary.leddy@seymourjohnson.af.mil, james.pitcher@seymourjohnson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-60. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is an unrestricted acquisition. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation number is FA4809-12-Q-6031. The NAICS code 337215 applies to this solicitation. The size standard is 500 Employees. The item description is as follows: CLIN 0001 : Provide, install and test for operational capability, a high bay automated warehouse cabinet maximum of 274.8” high, 65” wide, 137” deep, 35” work surface height, 28.7” access opening clear height, 28.7” container spacing, 51.18W”x 41.2”D container clear width and depth, with at least 23 containers. Container type: galvanized / unslotted. Each container must handle minimum of 661 lbs, total payload for the system must handle a minimum of 44,080 lbs. Hanel Lean Lift Vertical Lift Module with MP12-D Microprocessor Control, or equal. If “or equal” items are proposed, please provide technical specifications. Salient characteristics may be found in the attached Statement of Work. Unit : Each Qty : 1 Unit Price : Total Price : FOB DESTINATION TO SEYMOUR JOHNSON AFB 27534 60 DAYS ADC. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraphs (a)(1), (a)(2), (a)(3), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(38), (b)(42), (b)(47), FAR 52.204-99 System for Award Management Registration (DEVIATION), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.211-6 Brand Name or Equal, FAR 52.219-1 Alt 1 Small Business Program Representations ( Offerors must include a completed copy of this provision with their quote), FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.225-18 Place of Manufacture, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran – Representation and Certification, FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION), FAR 52.247-34 F.O.B. – Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (located at http://farsite.hill.af.mil ), FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil ), FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7008 Export Controlled Items, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraphs (b)(1), (b)(23), (b)(29(i), (b)(29)(iv), DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7000 Material Inspection and Receiving Report: AFFARS 5352.201-9101 Ombudsman. Primary Point of Contact is A1C Zachary Leddy at (919) 722-1728 ( zachary.leddy@seymourjohnson.af.mil ) and Alternate is A1C James Pitcher at (919) 722-1727 ( james.pitcher@seymourjohnson.af.mil ). Mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 10 September, 2012 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE PRIOR TO INVOICING IF AWARDED THIS CONTRACT. Information concerning SAM requirements can be accessed at http://www.sam.gov or by calling the Federal Service Desk at 1-866-606-8220. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only. NOTICE TO OFFERORS : FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. PLEASE ENSURE PRICING IS GOOD THROUGH 30 SEP 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-12-Q-6031/listing.html)
 
Place of Performance
Address: Seymour Johnson, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN02867434-W 20120906/120905001436-b8ba442336d7c2848d6dcc64f07a26e5 (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.