SOLICITATION NOTICE
39 -- VLM Storage System Bldg. 1331 DLA Distribution Depot Albany, GA - Synopsis
- Notice Date
- 7/13/2015
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP330015R0013
- Point of Contact
- Medard R. Kowalski, Phone: 7177705979
- E-Mail Address
-
medard.kowalski@dla.mil
(medard.kowalski@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Exhibit A Drawing CDRL 3 CDRL 2 CDRL 1 Draft SOW DLA Distribution intends to issues Solicitation SP3300-15-R-0013 to procure an the necessary services, labor, material, equipment and control components required to procure a new Vertical Lift Module (VLM) Storage System for an existing storage and order processing area in Bay 1 of Building 1331 at DLA Distribution Albany, GA 31704 (DDAG). The place of performance is DLA Distribution Albany, GA, Building 1331, Albany, GA 31704. The scope of this requirement is: to provide and install 11 each VLMs (inclusive of software); provide operation and maintenance training; demolish, remove, and dispose of existing vertical carousels; provide option pricing for dual tray delivery system; provide ergonomic workstations and operator consoles; and, provide 1 year of preventive and corrective maintenance. It is anticipated that Request for Proposal SP3300-15-R-0013 will be posted to this site the week of July 29, 2015. Amendments to the Request for Proposal will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. There will be no advance notification of amendment issuance. NOTE: All offerors MUST be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/or an award cannot be processed. This acquisition will be conducted in accordance with FAR 15 Contracting by Negotiation. The acquisition will be awarded using Lowest Price Technically Acceptable procedures in accordance with FAR 15.101-2. The Government intends to award without discussions, therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the contracting officer. Pre-proposal Conference and Site Visit (a) A pre-proposal conference and site visit will be held as follows: PRE-PROPOSAL CONFERENCE AND SITE VISIT Date: Thursday, July 30 2015 Time: Registration: 9:30AM - 10:00AM (EST) Conference: 10:00 AM - 11:00 AM (EST) as necessary Site Visit: 11:00 AM - 1:00 PM (EST) as necessary Registration/Conference Location: DDAG, Bldg. 1221 & 1331 All registered participants are required to provide their own transportation to and from the Conference/Check-in Location and all areas outside of the official site visit/tour. Participants must be registered with the Acquisition Specialist for the conference to gain access to the base. Picture Identification required. Mr. Steve Toomey will meet all participants at the DLA/Marine Corp Base Pass Office which is located at the main gate. All participants are subject to DLA security verification. Access to the base is not guaranteed. No Non-US citizens. Please be advised the badging process will take at least 30 minutes. Be advised to be at Pass Office by 8:15 AM EST to start the process. Mr. Toomey will escort all personnel to Bldg. 1221 and Bldg. 1331. If an emergency situation arises whereby a registered participant cannot arrive to the conference, the participant must contact Medard Kowalski at medard.kowalski@dla.mil to note that the individual will not be attending. Base Entry Procedures: Registered participants will be required to present proper photo identification (i.e. driver's license, passport, etc.) and potentially need to complete the DL1815, Request for Badge, upon arrival. Security Officers will perform a physical check of each participant's photo identification against the list of pre-registered participants. Entry to the sites will be denied if participants are not on the tour, are not registered, have not completed the Affidavit, and/or do not provide proper identification. Participants are advised that the Site Visit(s) and GFE/GFP reviews/inspections involve walking through building 1331. Please indicate any special needs to Acquisition Specialist, Medard Kowalski, when requesting registration to ensure proper accommodations can be arranged. Dress code for the conference and Site Visit(s) is casual. Participants are advised to wear appropriate clothing and closed-toe shoes to be safe and comfortable while walking through the distribution facilities. No refreshments will be served. Cell phones with digital cameras or cameras of any kind are strictly prohibited. Cell phones with digital cameras and cameras will be left in the participant's car during the site visit events. All site pictures required will be taken by the DLA representative and will be posted by the Government on FEDBIZOPS. If severe weather causes the base to close, the event will be re-scheduled. Pre-registered offerors will be notified as soon as practical regarding re-scheduling, if necessary. Stay tuned to local television and radio stations for weather reports. Prospective offerors are encouraged to attend this conference. Interested parties must register with Medard Kowalski by e-mail at medard.kowalski@dla.mil NLT Tuesday, July 21, 2015 at 1:00PM EST. Requests shall provide the following information for representatives attending: Name, driver's license number and state of issue, citizenship, company name, e-mail address, phone number, dates attending. (a) Prospective offerors are advised that the pre-proposal conference will be held solely for the purpose of explaining the specifications and terms and conditions of this solicitation. Any changes to the solicitation will only be provided by written amendments. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of any such amendment shall be applicable. In no event will failure to attend the pre-proposal conference constitute grounds for a claim after award of the contract. (b) Each company is restricted to two (2) attendees per company per event. (c) Security clearances are not required. However, registration is required, as described above. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. All responsible offerors will be required to submit their offers, with current pricing, Cage Code, Dun and Bradstreet Number, Federal ID Number, Company name, Address, Phone Number, Facsimile Number, Email Address, and Point of Contact to: Medard Kowalski, Contract Specialist, DLA Distribution, Acquisition Operations, J7-AB, J Avenue, Bldg 404, New Cumberland, PA 17070-5001, phone: 717-770-5979 or e-mail: medard.kowalski@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330015R0013/listing.html)
- Place of Performance
- Address: DLA Distribution Albany, GA, DDAG (MCLB), Albany, Georgia, 31704, United States
- Zip Code: 31704
- Zip Code: 31704
- Record
- SN03794272-W 20150715/150713234605-5a6fe45e00b180760221d19a69cdc13b (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 |