Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

39 -- Vertical Lift Module System

Notice Date
8/10/2020 6:11:34 AM
 
Notice Type
Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA671220Q0003VL
 
Response Due
8/18/2020 1:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Jay De Leonibus
 
E-Mail Address
jay.de_leonibus@us.af.mil
(jay.de_leonibus@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on Contract Opportunities (beta.SAM.gov).� �The Request For Quote (RFQ) number is FA671220Q0003VL. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-06. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 337215��and the Small Business Standard is 250 Employees The proposed contract is 100% set aside for Small�Business concerns. Award shall be made on the evaluation basis of Lowest Price Technically Acceptable. The Pittsburgh 911th Airlift Wing located in Coraopolis, PA is seeking quotes from Small Business�for the following: The Vertical Lift storage system will provide reduced labor costs and space savings while improving ergonomics, parts handling, and productivity. Save Space by utilizing overhead cube, by storing to the maximum OSHA height Capabilities:� Vertical Lift Module design must have an access opening equipped with an automatic shutter door. A robust sheet metal construction to ensure that the operator area and extractor shaft are completely separated during the extractor vertical run, the shutter door remains closed. It must only open when required Tray is moved from the extractor into the access opening. To eliminates inadvertent safety interruption, maximum user safety, reduced air pump effect, healthier work conditions, high lift speed and short waiting times, and less noise. General Features:� KardexRemstar (Shuttle�) Vertical Lift Module or Equal Height � not to exceed 23.2 ft. Width �� not to exceed 110 in. Depth � not to exceed 121 in. Weight � not to exceed 12,000 lbs. Table height � not to exceed 36 inches. Lifting speed � Minimum, 140 ft. /min Extractor Speed � Minimum, 20 in/sec Power � 208-240 Volts 3-Phase Provide - unit operations and maintenance training SAFETY FEATURES: Positively-engaged tray guidance, the extractor drive locates and guides trays on the extractor at up to four points. Ensure that the tray is positively engaged at all times, with predictable accuracy and uptime and to keep the operator safe. Tooth drive belt - The toothed belt drive has six-point loads of contact. Works to safely distribute the load Additional Features:� Divider trays- of multiple sizes, for varying pieces of equipment. Essential characteristics an equivalent must meet: -Must have Toothed Drive Belt � to provide faster travel and access, lower noise and great longevity thank cables and chains - Automatic Shutter Doors � reduce noise and provide operator Safety - 100% - One inch Incremental Storage in entire Unit � allow every inch of storage to be maximized. - Must have a hinged access door with built in service ladder for fast service and maintenance. - Must have an access lighting lamp above the workstation in the access opening to illuminate the working area. - Must have ergonomic tray delivery system to allow trays to be delivered at various heights based on the operator�s comfort level. Set by log-in password preferences. - Weight Management module allows optimization strategies to keep track of the weight of material by shelf and device to ensure weight limits are not exceeded. - Factory deliver, assembly and set up. - Must have a Local Dealer for system Support 24 hours per day, 7 days a week - Height � not to exceed 23.2 ft. - Width �� not to exceed 110 in. - Depth � not to exceed 121 in. - Weight � not to exceed 12,000 lbs. - Table height � not to exceed 36 inches. - Lifting speed � Minimum, 140 ft. /min - Extractor Speed � Minimum, 20 in/sec - Power � 208-240 Volts 3-Phase - Provide - unit operations and maintenance training Requirements: Refer to FAR 52.211-6�for guidance on what an ""equal"" quote must contain.� Any quote offering an ""equal"" Vertical Storage Lift must comply with the requirements in 52.211-6 to be considered.� Quote submissions for an�""equal"" Vertical Storage Lift must clearly demonstrate how the ""equal"" Vertical Storage Lift meets the essential Salient characteristics described above.� Quotes that do not show this�will�be deemed non-responsive and not considered for�award. �FAR CLAUSES AND PROVISIONS 52.202-1, Definitions 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.209-5, Certification Regarding Responsibility Matters 52.211-6, Brand Name or Equal 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-27, Notice of Service-Disabled Veteran Owned Small Business Set-Aside 52.219-28, Post Award Small Business Program 52.232-39, Unenforceability of Unauthorized Obligations 52.232-11, Extras 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4� Applicable Law for Breach of Contract Claim 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6 Restrictions on Subcontractor sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests and receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items AFFARS Clauses 5352.201-9101, Ombudsman 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances This announcement will close at 4:00 PM EST local time on 08/18/2020. Contact Jay De Leonibus�who can be reached by email at jay.de_leonibus@us.af.mil Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: Technical Acceptability Price Technical Evaluation Ratings: Rating: Description: Acceptable Submission Clearly meets the essential salient characteristics Unacceptable Submission does not clearly meet the salient characteristics System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Method of quote submission:� email to jay.de_leonibus@us.af.mil All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 337215, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08179a4601f6481abb157fc534389fb8/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN05751396-F 20200812/200810230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.