SOLICITATION NOTICE
39 -- Stow Cages
- Notice Date
- 2/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC J1-A, Bldg 81, New Cumberland, PA, 17070-5001
- ZIP Code
- 17070-5001
- Solicitation Number
- Reference-Number-SP3100-2346-3068a
- Archive Date
- 3/13/2003
- Point of Contact
- Nina Markel, Contract Specialist, Phone (717) 770-4015, Fax (717) 770-7591,
- E-Mail Address
-
nmarkel@ddc.dla.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Distribution Center located in New Cumberland, PA has a requirement for Stow Cages used for stowing material in our distribution center. The supplies are to be shipped to the Defense Distribution Center San Joaquin, Supply Branch Warehouse 3, Tracy Site, Tracy CA 95376-5000. This acquisition is set aside for Small Business Concerns. The associated North American Industry Classification System (NAICS) code is 332999 and the small business size standard is 500 employees . A written solicitation will NOT be issued. This notice constitutes a combined synopsis/solicitation in accordance with the format in FAR subpart 12.6 and supplemented with additional information herein. This notice constitutes the only solicitation document and the only request for quotes. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-12. CLIN 0001 is for 19 each stow cages, provide the unit price and total amount and advise if the shipping costs are included or price them separately. The Statement of Work follows: Statement of Work This Stow Cage is used for stowing material in a distribution center. The Stow Cage is attached to a Hyster Stock Selector/ Order Picker, Model Number R30XMS2. The supplies are placed on a pallet (40" x 48") and the pallet is loaded on the top of the Stow Cage which delivers the material to a warehouse location. A lower shelf on the Stow Cage is provided to place tubs of material. 1. General requirements: Fabricate and deliver 19 each Stow Cages with appropriate gauge square tubing and metals to meet a 1500 pound capacity. The top of the Stow Cage that the pallet is placed on (PALLET AREA) should have a load capacity of 1200 pounds and the lower shelf area (TOTE TRAY AREA) should have a 300 pound capacity. Total capacity of 1500 pounds as per drawing. 2. Painting Requirements: Primer and paint with enamel Yellow, matching the 2002 Hyster forklift Model Number R30XMS2. Hyster P/N 1345808 (gallon). The step area will have an anti-slip, adhesive tape applied on top, measuring 36" X 8", black in color. 3. Marking requirements: Along the top four sides where the pallet is placed, the capacity shall be marked in 3/4" Black letters 1,200 Pound Capacity. The lower shelf area shall be marked in 3/4" Black letters 300 Pound Capacity. A metal identification label shall be attached to the Stow Cage identifying the manufacture, their address, state, phone number, date equipment was manufactured and total load capacity. A power point picture is also available upon request to Nina.Markel@dla.mil. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.222-3, 52.233-3, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, 52.232-34, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://www.arnet.gov/far/. (Select FAR archived HTML format, Part 52 Solicitation Provisions, clause 52.212-3.) FAR clauses may also be viewed at http://www.acq.osd.mil/dp/dars/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS. Desired delivery schedule is 4 weeks ARO Required delivery schedule is 5 weeks ARO Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with its offer. Failure to include the certifications along with a price proposal may effect award status. All questions and inquiries should be addressed via email to Nina.Markel@dla.mil. Request for Quote Number SP3100-2346-3068. Prices and representations/certifications are required NLT COB (4:00 PM EST) on February 26, 2003. This information should be submitted to the above email address or faxed to 717-770-7591/5689. Contractor must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE - http://www.ccr.gov/ or an award cannot be processed. The Government intends to award a contract resulting from this notice to the responsible offeror whose offer conforming to this notice will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to the meet the Government requirement (2) Past performance and (3) Price. Technical and past performance when combined are significantly more important than price. Technical proposal shall include descriptive literature, catalog cuts, brochures and/or drawings and should demonstrate a thorough understanding of the statement of work. Past performance shall include at least three references with names and phone numbers of customers for whom the offeror supplied similar items. The offered price will be evaluated to determine reasonableness in accordance with FAR 15.404.
- Record
- SN00253269-W 20030207/030205213033 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |