SOLICITATION NOTICE
39 -- Conveyor System
- Notice Date
- 9/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189-04-T-0645
- Response Due
- 9/17/2004
- Archive Date
- 10/2/2004
- Point of Contact
- Mary Beth Collier, Contract Specialist, Phone 757-443-1344, Fax 443-1424,
- E-Mail Address
-
marybeth.collier@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotations are being requested and a written solicitation will not be issued. Solicitation N00189-04-T-0645 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 effective 18 June 2004. This procurement is issued as a small business set-aside. All responses from responsible small businesses will be fully considered. The NAICS Code is 333922 size standard 500 employees or under. FISC Norfolk requests responses from qualified sources capable of providing: CLIN 0001 (1) All labor and materials necessary to disassemble existing pallet and tote conveyor system and place/stage components/equipment on pallets for re-use during assembly of the new conveyor configuration; (2) Use the existing conveyor lines parts/components to the maximum extent possible to avoid purchase of new conveyor lines and ensure all electrical outlets/components are removed from conveyor components and placed to the side for easy access/mounting to the new conveyor configuration; (3) Modify existing conveyor lines from motor driven operation to gravity flow to include the removal of transfer rollers, motors and any other required components; (4) Provide labor and materials necessary to disconnect all electrical connectivity prior to commencement of work or as disassembly occurs. There are currently 16 computer workstations that maybe affected by the electrical disconnect. Ensure that no more than eight (8) computer workstations are disconnected during any period of time, remove all floor-mounted conduits, wires and trip hazards, disconnect electrical power and remove two (2) each conveyor control panels (one for the pallet line and one for the tote line), ensure all wires are properly tied down high up on the ceiling racks, disconnect electrical power and remove old LAN computer cabinet, located near the pallet line, ensure all wires are properly tied down high up on the ceiling racks. Ensure two (2) each quad electrical outlets, per each conveyor line, are available/connected and working properly. Use the existing electrical/quad outlets where feasible. Ensure all electrical connections that were working prior to start up of the project are working properly after project completion; (5) Modify the current pallet conveyor system to eight (8) pallet lines, four 13 ft lines per row, back to back with approximately 4 feet between each line. Use the existing eight (8) each, 13 ft lines. Reinforce/Anchor the 13 ft lines to prevent the lines from collapsing. Install stops on the end of each line to prevent pallets from falling off the line. Remove all floor mounted screws, etc. to prevent any remaining trip hazards; (6) Modify the tote conveyor system to eight pallet lines, four (4) approximately 15 ft lines per row, back to back with approximately 4 feet between each line. Use the modified conveyor lines that were removed from the pallet disassembly. Reinforce/anchor the 15 ft lines to prevent the lines from collapsing. Install stops on the end of each line to prevent pallets from falling off the line. Remove all floor mounted screws, etc. to prevent any remaining trip hazards; (7) Coordinate disassembly/assembly schedule with the customer to ensure minimal work production impact; (8) Perform services during customer's normal work hours, Mon - Fri, 7:00am - 3:30pm, excluding weekends/holidays and customer?s administrative time off; (9) Within one week of start date, meet with the customer representative to understand the project statement of work. Site visit of the conveyor system and warehouse spaces shall be conducted to visually confirm the information presented in the statement of work and to obtain a clear understanding of the organization and the way in which it plans to operate the conveyor system; (10) The Government activity will be responsible for relocating excess components/equipment and scrap removal to the appropriate storage or disposal areas. The Government will provide a forklift and operator, as needed, if the contractor does not have a licensed forklift operator. The Government will provide a staging area for all disassembled components that will be used to complete the project. The Government will provide the diagram/design of the new conveyor configuration. The Government will be responsible for relocating/moving the computer workstations. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors ? Commercial Items (JAN 2004), FAR 52.212-3 Offeror Representations and Certifications (MAY 2004) Alternate I (APR 2002) and the offeror must include a completed copy of this provision with their quotation, a copy of this clause can be found at http://www.arnet.gov/far, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial (June 2004) and within this clause, the following clauses apply and are incorporated by reference: 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (DEC 2003), FAR 52.215-5 Facsimile Proposals (OCT 1997), The RFQ document, (N00189-04-T-0629), provisions and clauses which have been incorporated are those in effect through FAC 2001-24. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.bpn.gov/. At a minimum, responsible sources should provide this office with a price quotation on letterhead showing the requested item, quantity of 1 EA, unit price, extended amount/total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by September 17, 2004, at 16:00, or 4:30 pm. Industry questions and quotations may be emailed at marybeth.collier@navy.mil or faxed to (757-443-1424) or mailed to Fleet & Industrial Supply Center, 1968 Gilbert Street, Suite 600, Code 203I, Norfolk, VA 23511-3392. Reference RFQ N00189-04-T-0645 on your quotation.
- Place of Performance
- Address: FISC ATAC HUB, BLDG SP-237 427 A STREET, NORFOLK, VA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN00670269-W 20040912/040910212855 (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 |