Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1997 PSA#1875

305 Contracting Squadron, 3563 Lancaster Ave, McGuire AFB, NJ 08641- 1712

39 -- 5-TON CRANES SOL F28609-97RA009 DUE 072497 POC Michael Derrios, Contracting Specialist, 609-724-3897. Point of Contact: A1C Michael Derrios, Phone #609-724-3897, Fax 609-724-3880. Quotations are due on or before: 07/24/97, 4:30 p.m. local time, at 305th CONS/LGCS, 3563 Lancaster Ave, McGuire AFB, NJ 08641-1712. Two electric single-girder underhung cranes to be utilized in maintenance of KC-10 aircraft. Cranes shall be controlled by an infrared control system with a pendant backup system. All crane components and crane installation shall conform to CMAA 74. Cranes shall have a class "C" (moderate service) rating as specified in CMAA 74. Cranes shall have a capacity of 5 tons. Cranes shall be certification tested at 125% of the rated load. The hoist shall be equipped with an overload limit device. Cranes shall have a minimum of 3 inches overhead and side clearance, excluding the runway and feed rail. The main crane shall have seven runways. The bay crane shall have five runways. Cranes shall provide a minimum of 72 feet of lift measured from the top of the floor to the highest hook height. Standard 1 year commercial warranty required. (Additional specifications are available upon written or faxed request to A1C Derrios at 609-724-3880.) Government's desired delivery time is 90 ARO. Ship-to-address is: Bldg. 1837 Hanger Rd. McGuire AFB, NJ 08641. Inspection and Acceptance shall be performed at McGuire Air Force Base. There will be a site visit at 9:00 a.m. on July 8, 1997 with all interested parties meeting at 305th Contracting, 3563 Lancaster Ave, McGuire AFB, NJ 08641. Please contact A1C Derrios if planning to attend. Offerors will bid on the following item: CLIN 0001, 5-ton cranes, IAW above. Quantity: 2 EA. 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation (F28609-97RA009) is issued as a request for proposal. The Government reserves the right to award with or without negotiations in this procurement. This procurement is reserved for small business concerns, utilizing the size standard in FAR 19 under Standard Industrial Code 3536. The small business size standard for this acquisition is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Specifically, the following cited clauses are applicable to this solicitation; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization ofSmall Business Concerns and Small Disadvantaged Business Concerns; 52.291-14, Limitations on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies; Buy American Act-Trade Agreements Act-Balance of Payments Program. This solicitation has been assigned a rating of DO C9E under DPAS (15 CFR 700). Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representation and Certification-Commerical Items. (You may contact the buyer at 609-724-3897 to request this.) Award will be based on the lowest priced offer from a responsive, responsible bidder whose offer conforms to the solicitation. Proposals must be submitted in writing with descriptive literture included. All responsible sources may submit an offer, which, if timelyreceived, will be considered by this agency. (0175)

Loren Data Corp. http://www.ld.com (SYN# 0249 19970626\39-0001.SOL)


39 - Materials Handling Equipment Index Page