Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5,1996 PSA#1735

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

39 -- FURNISH STORAGE AND RETRIEVAL SYSTEM SOL F0862096T8255 DUE 010797 POC Louise Peterson, Contract Specialist, 904-884-3264; Scott Ilg, Contract Officer 17. 39 -- Furnish Storage and Retrieval System, Solicitation F08620-96-T8255, due 1/7/97. Contact Louise Peterson at 904-884-3264. 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 contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Solicitation F08620-96-T8255, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 90-41. This requirement is 100% set aside for small business; the standard industrial classification code is 3536 and the small business size standard is 500 employees. The successful contractor shall provide delivery, FOB Destination. Description of Requirement -- Storage/Retrieval system with racks to consist of two outside rows and one middle row; with the outside run at least 35 feet with 2-1/2 feet runouts at each end. Outside rows must not exceed an overall system length of 40-1/2 feet. The outside rack bays must be 116" wide and 40" deep and 28" high to accommodate the size of the weapons alternate mission equipment which will be stored on them. Individual rack positions must support a minimum of 4850 pounds. Overall rack capacity must be able to support a total of 235,000 pounds and 48 above-ground pallet spaces. Individual rack height must not exceed 13 feet 1 inch so a minimum clearance of 3 feet 5 inches is available from the top of the rack to the ceiling to allow for trolley travel. Overall height of rack and trolley must not exceed 16 feet 6 inches and allow a minimum of 18 inches from top of structure to fire suppression sprinkler heads. Clearance under the end trolley rails must be a minimum of 11 feet 7 inches to allow motor vehicle clearance. The following also apply: (a) amperage of electrical components must be 25 amps or less; (b) electrical motors must be built for high frequency of starts and stops; (c) electrical controls must be programmable and support variable speeds; (d) attached forklift must support 3,000 lbs on two 40" forks, must have overhead canopy for operator protection, and must allow 360 degree rotation (can be single speed rotation); (e) attached electric chain hoist must be rated to 4,000 lbs capacity; (f) maximum voltage is 220 volt, 3 phase, 60 hertz for forklift runway; (g) controls must operate on 120 volt, 3 phase, 60 hertz circuit; (h) wire decking pallets must be utilized for sprinkler access to all bay levels; (i) system should include 4 pallet tubs for storage of small items and two heavy-duty storage cabinets for storage of system components when reconfigured; (j) system must include a warning bell which operates when system is energized; (k) rail system must include stops for end of travel limits; (l) minimum one-year warranty. All offers for this solicitation will require the offeror to complete on-site measurements of the facility. Failure to complete on-site measurements would render the bid questionable. The offeror shall include a completed copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications, Commercial Items. The offeror is advised that FAR provisions 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, applies to this acquisition. FAR 52.212-1, Instructions to Offerors -- Commercial Items, is amended to read: "Submit signed and dated offers in three copies to 16 CONS/LGCS, P. O. Box 9190, 350 Tully Street (Mail Stop #39), Hurlburt Field, FL, 32544. Offers may be submitted on letterhead stationery and at a minimum must show: (1) the solicitation number (F08620-96-T8255); (2) the time specified for receipt of offers (7 Jan 97); (3) The name, address, and telephone number of the offeror; (4) a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, drawing, or other documents if necessary; (5) terms of any express warranty; (6) price and discount terms; (7) "remit to" address, if different from mailing address; (8) a complete copy of the representation and certifications at FAR 52.212-3; (9) acknowledgement of solicitation amendments, if any; (10) past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar equipment and other references (including contract numbers, points of contacts with telephone numbers and other relevant information); and (11) if the offer is not submitted on SF 1449, include a statement specifying the extent of agreement with all terms and conditions, and provisions included in the solicitation. The proposal must be signed by an official authorized to bind your organization. Offers that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-2, Evaluation -- Commercial Items, is amended to read: "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 award of a firm-fixed price purchase order. The following factors (in descending order of importance) shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) past performance, including warranty repairs and repair response time; (3) delivery time; (4) price (including FOB destination charges). 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." Questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to Louise Peterson and addressed to 16 CONS/LGCS at 904-884-5372 to arrive not later than 12 December 1996. A site visit is scheduled for 17 December 1996 at 8:30 am, with an alternate date of 18 December. Contact Louise Peterson at 904-884-3264 of your intention to attend. Site visit attendees will meet at the 16CONS/LGCS conference room, Bldg 90339, and will be escorted to Bldg 90640, the installation site. See Numbered Note 1. (0338)

Loren Data Corp. http://www.ld.com (SYN# 0188 19961205\39-0001.SOL)


39 - Materials Handling Equipment Index Page