Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
MODIFICATION

39 -- Bridge Crane - Specs Change 3

Notice Date
9/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 148 FW/MSC, 4685 Viper St., Duluth, Minnesota, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM16T4091
 
Archive Date
9/28/2016
 
Point of Contact
Christopher C Fisher, Phone: 2187887242
 
E-Mail Address
christopher.c.fisher10.mil@mail.mil
(christopher.c.fisher10.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised SECTION 14 6400 BRIDGE CRANES (2) Changelog003: Revised document SECTION 14 6400 BRIDGE CRANES (2). Section 1.3, items 7 and 8. Also the NEMA enclosures. Changelog002: Revamped entire solicitation. It is strongly recommended that the entire solicitation is re-reviewed by all interested parties. See the evaluation procedures. Changelog001 - Changing solicitation from one electric crane to dual bridge cranes with dual manual trolleys. 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 333923 applies to this solicitation; business size standard is 1,250 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: Primary Bid Option (budget option) 2ea - Double Girder Top Running Bridge Crane. Each Bridge will require the following. 1ea - 3 Ton Electric 2 Speed Wire Rope Hoist 1ea - 2 Speed Motorized Trolley for 3 Ton Hoist 1ea - Manual Trolley for a 1 Ton Chain Fall (easily upgradable to electric at a later date. Chain Falls provided by Government) 1ea - Wireless Radio Control and Receiver. Capable of controlling bridge, hoist, and trolley - Two Stage Push Button for High/Low Speed. (capable/upgradeable to add a 2nd hoist and trolley at a later date) And all items required for installation through completion. Secondary Bid Option (additional funds option) 2ea - Double Girder Top Running Bridge Crane. Each Bridge will require the following. 1ea - 3 Ton Electric 2 Speed Wire Rope Hoist 1ea - 2 Speed Motorized Trolley for 3 Ton Hoist 1ea - 1 Ton Electric 2 Speed Wire Rope Hoist 1ea - 2 Speed Motorized Trolley for 1 Ton Hoist 1ea - Wireless Radio Control and Receiver. Capable of controlling bridge, hoists, and trollies - Two Stage Push Button for High/Low Speed. And all items required for installation through completion. Evaluation will be comparative. Determination of responsibility of the quote will be made through review by base Civil Engineers. If additional funds are available above what is currently set aside for this project, then the electric option will be evaluated rather than the manual option. Price, past performance, and technical quality will be evaluated with particular focus on lift height (must be a minimum of 12 feet). Detail plans to keep existing flooring minimally marked during install. If a contractor sees a cost savings factor, they can offer it as an option to make their bid more competitive, while not jeopardizing their base quote. More information will be provided on request to capable vendors. Site visit dates are scheduled for 2 Sep. All vendors wanting access to base will need to contact MSgt Fisher (usaf.mn.148-fw.list.msc-personnel@mail.mil) within a week of site visit dates, fill out a background request form, and successfully pass a background check. ****Quotation instructions**** Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Vendor must provide a list of all items to be provided, the quantity and country of origin. Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin. If an individual item of supply is valued over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, and GRAI are considered equivalent of a IUID. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. All questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Clauses and Provisions**** FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS OCT 2015 FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2015 FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2015 FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS DEC 2014 FAR 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES AUG 1987 FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW FEB 2016 FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS OCT 2015 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS APR 2016 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I OCT 2014 FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS MAY 2015 FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS MAR 2016 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION JUL 2013 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE NOV 2011 FAR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES FEB 2016 FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES APR 2015 FAR 52.222-26 EQUAL OPPORTUNITY APR 2015 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES JUL 2014 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS MAR 2015 FAR 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS DEC 2007 FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 FAR 52.225-18 PLACE OF MANUFACTURE MAR 2015 FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS OCT 2015 FAR 52.232-18 AVAILABILITY OF FUNDS APR 1984 FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS, JUN 2012 DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP 2011 DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP 2013 DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS NOV 2011 DFARS 252.203-7997 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2016-O0003) OCT 2015 DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS DEC 2015 DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE SEP 2011 DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING DEC 2015 DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT MAY 2016 DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM--STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS JUN 2015 DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM JUN 2013 DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS JUN 2013 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC 2006 DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS JUN 2013 DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC APR 2014 DFARS 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) DFARS 252.225-7036 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (AUG 2016)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM16T4091/listing.html)
 
Place of Performance
Address: 4685 Viper Street, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN04261296-W 20160909/160908000503-f059ffc0be560075a513635d64750907 (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.