Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1996 PSA#1653

16th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt Field FL 32544-9190

71 -- HAZARDOUS MATERIALS STORAGE/RETRIEVAL SYSTEM SOL F08620-96-T5205 DUE 082296 POC Gloria Dulin, Contract Specialist, (904) 884-3272 Scott Ilg, Contracting Officer, (904) 884-1258. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. Quotations are being requested, and a written solicitation will not be issued. This solicitation is hereby issued as a Request for Quotation (RFQ) F08620-96T5205. This RFQ incorporates the provisions and clauses as those in effect through Federal Acquisition Circular Number 90-36. This requirement is being advertised as full and open competition, and the standard industrial classification code is 2542, small business size standard is 500 employees. SCHEDULE: The contractor shall provide a hazardous materials storage/retrieval system, Stanley HAZ-MAT Stak System or equal, to include an overhead bridge and trolley unit, a vertical mast unit with forks, vertical columns with pallet retainer notches spaced a maximum of 3 7/8'' on center, a spark resistant air operated chain hoist, a steel drum handling unit for 55-gallon drums and racking bays with necessary rail support and nose drag chain carrier system providing air power to the mast and bridge, and a spill kit cabinet. The overall area available in the warehouse for the storage system is approximately 18'W by 26'L. Total system height cannot exceed 13'H. An example of such a system would consist of 4 bays, 52''W x 48''D, 1 mast and bridge, and one 4' cantilever overhang, along with enough shims to level the system and accommodate a 1 degree slope in the pitch of the floor. The system shall contain a quantity of 30 multi-application steel storage pallets, 52''W x 48''D, with a back lip feature and a load capacity of 2,000 pounds each. Storage racks shall have a maximum capacity of 25,000 pounds per section, 50,000 pounds per bay. The clear opening between columns shall be 1 1/2'' greater than the pallet width. The overall depth of each rack shall be 1 1/2'' greater than pallet depth. All racking shall be adequately braced for maximum loading. The lifting speed of the forks on the mast shall range from 0-26 feet per minute based on an existing air supply of 90 psi line pressure to the spark resistant air chain hoist. Horizontal speeds of the bridge and trolley units shall be manually operated. The unit should allow continuous rotation to any point and be ergonomically designed to meet the demands of present day environmental and safety requirements. The system shall contain no electrification. SPILL KIT CABINET: Offers shall include a locking drawer storage cabinet fully stocked with a spill kit containing puncture repair putty and absorbent mats, socks and pillows capable of cleaning up to a 35 gallon spill, shield gloves, disposable boots, goggles and an emergency response handbook. Quotation should include costs for FOB destination to Hurlburt Field, FL. Warranty information, to include period and coverage, should be stated. INSTALLATION: Cost for professional installation and/or applicability of user installation should be stated. Installation cost should be listed as a separate line item. Availability/projected delivery time after receipt of order should be provided. FAR 52.212-1, Instructions to Offerors-Commercial, applies. IAW FAR 52-212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government anticipates the award of a firm-fixed price purchase order. The following factors (in descending order of importance) shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement, (ii) past performance, (iii) delivery time, (iv) price (including FOB destination charges). Technical capability, past performance, and delivery time, when combined, are 50% of the evaluator factor. Quotations should be submitted in sufficient detail to be used in evaluation of the offers. For evaluation of past performance, offerors are required to submit information pertaining to previous sales to other government activities or to private companies. Include contract number, date of purchase, amount of purchase, and name/address/phone number of purchaser. Failure to submit this information for evaluation will result in subpar scoring in the applicable area of evaluation. Offerors should include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52-222.37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52-225-18, European Community, are incorporated by reference. DFARS 252.225-7001, Buy American Act and Balance of Payments Program is incorporated by reference. Quotations should be submitted to 16 CONS/LGCS, Attention: Gloria Dulin, P. O. Box 9190, Hurlburt Field, FL 32544-9190, or faxed to (904)884-5372, Attention: Gloria Dulin, to arrive not later than close of business 19 Aug 1996. Questions should be directed to Gloria Dulin at (904)884-3272. (0218)

Loren Data Corp. http://www.ld.com (SYN# 0476 19960806\71-0001.SOL)


71 - Furniture Index Page