MODIFICATION
51 -- Replacement Tools
- Notice Date
- 8/9/2004
- Notice Type
- Modification
- NAICS
- 333513
— Machine Tool (Metal Forming Types) Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 65 CONS, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720
- ZIP Code
- 09720
- Solicitation Number
- FA4486-04-T-0024
- Response Due
- 8/13/2004
- Archive Date
- 8/28/2004
- Point of Contact
- Christopher Day, Contract Specialist, Phone 011-351-295-576162, Fax 011-351-295-573758, - Mary Accomando, Contracting Officer, Phone 011-351-576749, Fax 011-351-573758,
- E-Mail Address
-
christopher.day1@lajes.af.mil, mary.accomando@lajes.af.mil
- Description
- 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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4486-04-T-0024. The solicitation is issued as a Request for Quotation (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The North American Industry Classification System (NAICS) code to this acquisition is 333513. This requirement is NOT RESTRICTED to Mainland Portugal and its territories. Part numbers listed are Grainger part numbers. All items need to be Grainger or equal. Items required are as follows: Item 0001 #1RG83-Four Gas Detector Kit, For Lower Explosive Limit Combustible, Oxygen, Carbon Monoxide and Hydrogen Sulfide, Deluxe Kit Includes Charger/Pump Module/Sample Line 10 Feet/Probe/Calibration Kit/Carrying Case/Protective Boot, Battery Pack Nickel Metal Hydride 2 ea Item 0002 #4ZX02-Jib Crane, Capacity 1/2 ton, Span 14 Feet, Hub 10 Feet, Diameter 12 inches, Flange Width 4 inches, Floor Mounted Pillar 2 ea Item 0003 #3MB56-Hoist Trolley, Capacity 1/2 ton, Capacity 1/2 Ton, Fits Beam Flange Width 2.66-4.66 inches, Fits Beam Height 4-10 inches, Minimum Radius 24 inches, Wheel Tread Diameter 2 ea Item 0004 #5UT27-Manual Chain Hoist, Capacity 1/2 Ton, Chain Pull to Lift Load 47 Pounds, Hook Opening 15/16 Inches, Lift 20 feet, minimum distance between hooks 11 13/16 inches, length 5 7/16 inches, depth 5 29/32 inches,width 5 7/8 inches, 18 feet chain 2 ea Item 0005 #4A508-Exposed Pipe Thread Ratchet, Threader set, with handle and dies, 1/2-2 inches capacity 1 ea Item 0006 #6A545-Combination Wrench Set, number of pieces 8, finish Satin, included 1/8, 5/32, 3/16, 1/4, 9/32, 5/16, 11/32, and 3/8 inch, short series, 6 point, with Vinyl 5 ea Item 0007 #6C179-Adjustable Wrench, maximum opening 15/16 inch, handle type regular, length 6 inches, wide capacity, crescent without cushion grip, Black Phosphate Finish 5 ea Item 0008 #5U722-Mechanical Jaw Puller, capacity 2 tons, jaw reach 3 1/4 inches, jaw spread 4 3/4 inches, number of jaws 2/3, screw size 3/8-24 x 4 7/8 inches, jaw style 4 ea Item 0009 #6C226-Steel Carpenters Square, 16 x 24 inches, with reverse reading scale 5 ea Item 0010 #6C977-Steel Maintenance File Set, number of pieces 9, Type American Pattern, with pouch 4 ea Item 0011 #6A515-Individual Retaining Ring Plier, tip diameter 0.038 inch, type Internal/External, Length 5.75 inches 3 ea Item 0012 #4CR41-Tongue and Groove Plier, jaw straight, maximum jaw opening 2 1/4 inches, length 12 inches 5 ea Item 0013 #5X633-Diagonal Cutter, nose length 2 7/32 inches, length 6 inches, for hard wire, cushion grip 4 ea Item 0014 #6C157-Snip, cutting action straight, cutting length 1 3/8 inches, type multipurpose, metal gauge 20, overall length 9 inches, non slip jaws and grips 5 ea Item 0015 #5MW41-Aviation Tin Snip, length 13 1/4 inches, straight, multipurpose long cut 5 ea Item 0016 #6XZ84-Socket Set, size 1/4, 5/16, 3/8, 7/16, 1/2, 9/16, 5/8, 11/16, 3/4, 13/16, 7/8 inch, 6 - 22 millimeters, 33 pieces, drive size 3/8 inch, socket 12 point standard, accessories quick release ratchet, 3 and 6 inches extension bar 5/8 and 13/16 inch spark plug socket 4 ea Item 0017 #4YP81-Single Drive Socket Set, size 7/8, 15/16, 1, 1 1/16, 1 1/8, 1 3/16, 1 1/4, 1 5/16, 1 3/8, 1 7/16, 1 1/2, 1 5/8, 1 3/4, 1 13/16, 1 7/8, 2 inches, 21 pieces, drive size 3/4 inch, socket 12 point standard, accessories quick release ratchet, 18 inches sliding 3 ea Item 0018 #3ZH51-Gasket Punch Set, 10 pieces, 9 sizes of 1/4 to 1 inch, with driving mandrel 4 ea Item 0019 #4UM91-Jobber Length Drill Set, material high speed steel, type general purpose grade, 118 degree, black, 15 pieces fractional sizes 1/16 to 1/2 by 32nds 3 ea Item 0020 #3BA21-Digital Multimeter, AC Volts 200 mV/2/20/200/750, DC Volts 200 mV 2/20/200/1000, Resistance 200 Ohm/2/20/200, K Ohm/2/20 M Ohm, AC Current 200 uA/2/20/200 mA, DC Current 200 uA/2/20/200 mA, Continuity beeper, diode test, battery test (load condition) 1.5V, 9V, non-contact voltage detector 70V to 600V AC 50/60 Hz, display type 3 1/2 Digit LCD, DC basic accuracy 1%, safety rated CAT III 300V, CAT II 600V, CAT I 1000V, Includes holster, test leads, manual, 9V battery 4 ea Item 0021 #4YR07-Flaring Tool, tube diameter 3/16, 1/4, 5/16, 3/8, 1/2, 5/8 inches, 45 degrees, with revolving head 1/8-1/2 inch 3 ea Item 0022 #6A644-Riveting Tool, 200 kit with plastic storage case 2 ea Item 0023 #3TD52-Recycling Measuring Tape, blade length 25 feet, blade width 1 inch, stud markings, yellow blade 5 ea Item 0024 #5C930-Rolling Head Pry Bar, handle length 12 inches, width 1/2 inch 5 ea Item 0025 #3R551-Rolling Head Pry Bar, length 16 inches 5 ea Item 0026 #6R496-Pocket Screwdriver, tip size/type 1/8 inch, slotted, shank length 2 inches, shank size 1/8 inches, shank shape round 5 ea Item 0027 #6R402-Pocket Screwdriver, tip size/type #0 point, phillips, shank length 2 inches, shank size 1/8 inches, shank shape round 5 ea Item 0028 #3R637-Socket Bar, 17 inch, for use with socket clips 10 ea Item 0029 #3A697-Cast Carriage C Clamp, capacity 0 to 6 inches, size 6 inches, throat depth 2 3/4 inches, minimum proof test 2800 pounds, 5/8 inch spindle 10 ea Item 0030 #3A696-Cast Carriage C Clamp, capacity 0 to 4 inches, size 4 inches, throat depth 2 1/8 inches, minimum proof test 2600 pounds, 5/8 inch spindle 10 ea Item 0031 #5LK17-Light Duty Drop Forged C Clamp, capacity 0 to 2 inches, size 2 inches, throat depth 1 1/4 inches, minimum proof test 875 pounds 10 ea Item 0032 #3Y593-Industrial Duty Needle Scaler, average air flow 3.0 CFM, stroke 9/16 inch, blows per minute 5500, minimum hose size 3/8 inch, air inlet NPT 1/4 inch, required pressure 90 PSI, length 13 3/4 inches, 19 needles, lever throttle 1 ea Item 0033 #6W206-Replacement Needle Set, length 5 inches, 1/8 inch diameter, 19 pieces 7 ea The provision at 52.212-1, Instructions to Offerors _ Commercial items, applies to this acquisition. Offerors shall provide a firm fixed-price for above items. Delivery charges, if any, must be included in unit price. FOB shall be Lajes Field Azores, Portugal. Offerors unable to meet the target delivery date of 90 calendar days from award must provide projected delivery date. Partial delivery is authorized. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Evaluation will be made based on the lowest priced offer. The following clauses also apply: 52.212-3 Contract Terms and Conditions--Commercial Items, 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, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.204-7004 Required Central Contractor Registration, 252.232-7009 Payment by Electronic Funds Transfer (CCR), 52.212-1 Offeror Representations and Certifications--Commercial Items (June 2003). Award will be based on lowest price submitted and responsiveness to the terms and conditions of the requirements. The full text of these clauses and provisions may be viewed in full text at the following web site: http://farsite.hill.af.mil. All proposals should be clearly marked with the bidders name and solicitation number. The due date for submission of proposals is 4:00 PM local time, 13 August 2004; send to 65th Contracting Squadron, Unit 7775, Bldg. T-615, Lajes Field, Azores Portugal 09720-7775. Facsimile submissions will be accepted. Point of contact: SrA Christopher Day or e-mail to: Christopher.day1@lajes.af.mil. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. There will NOT be any hard copies of this solicitation issued. The Government reserves the right to revert to paper medium when it is determined to be in the Governments best interest. All proposals and other normal documents required for the proposal submittal, including amendments to the proposal submittal, shall be in paper medium. All contractors interested in receiving notification of updates/amendments to the solicitation posted on the EPS are urged to enroll on the web site mailing list for this acquisition. Those contractors enrolled will be notified automatically of any changes made to the RFQ through their e-mail addresses. Shipping to Lajes Shipment of materials required for the performance of this contract must be made from the Military Ocean Terminal (MOT), Norfolk, Virginia or the Defense Distribution Depot Susquehanna, Pennsylvania (DDSP) Consolidation Containerization Point (CCP) depending upon the size and type of materials being shipped. All shipments will be sent aboard the Military Traffic Management Command (MTMC) contracted carrier. Containers will be standard 20, 40 and 40 hi-cube sea-vans. The contractors proposal must include a separate estimate for shipping that identifies the number and size of containers needed. Any requirements for partial containers or materials that will exceed the capacity of these containers must be further identified, to include any wheeled, tracked, or skid mounted. The government will use this proposal to budget for shipping costs. Upon arrival of the cargo at Lajes Field, Azores, the government will discharge the cargo from the vessel to the dockside. The contractor must provide fuel and a driver to offload motorized equipment. The contractor must be present to accept materials during offload at anytime of day. The contractor, at his expense, must move cargo from the port within three (3) working days of offload. If the contractor fails to remove property as specified, the contracting officer may have property moved and stored at the contractors expense. The availability of surface transportation will be subject to the vessel loading date as scheduled by the Government. Unavailability or delays in transportation are not sufficient excuse for performance delays in the contract. b. Containerized Shipments, Including Construction Materials Deliver containerized, labeled cargo to the MOT Norfolk a minimum of seven (7) working days prior to the scheduled sailing. Contact the Air Force Liaison Officer, IMJ, FISC Military Ocean Terminal, Bldg CEP 201, Norfolk Naval Base, Norfolk, VA, 23511-3392, Phone (757) 444-1125, for a current schedule. The Contracting Office provides bar coded, military shipping labels to the contractor who will affix the labels properly to each container. DO NOT ATTEMPT TO SHIP MATERIALS VIA THE MTMC CARRIER WITHOUT THESE LABELS. c. Non-containerized, non-construction materials Shipment of materials, supplies and equipment (other than construction) through the Defense Distribution Depot Susquehanna, PA (DDSP) Consolidation Containerization Point (CCP) to Lajes Field, Azores, is authorized for materials, supplies or equipment that will occupy less than 50% of a 20 container. The delivering carrier must call (717) 770-6969 at least 48 hrs in advance to schedule delivery. The Contracting Office provides bar coded, military shipping labels to the contractor who will affix the labels properly to each container. DO NOT ATTEMPT TO SHIP MATERIALS VIA THE MTMC CARRIER WITHOUT THESE LABELS. Due to the size of this requirement, shipment needs to be made to the Defense Distribution Depot Susquehanna, Pennsylvania (DDSP) Consolidation Containerization Point (CCP). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/USAFE/65CONS/FA4486-04-T-0024/listing.html)
- Place of Performance
- Address: Lajes Field, Azores
- Zip Code: 09720
- Country: Portugal
- Zip Code: 09720
- Record
- SN00640190-F 20040811/040809214243 (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 |