SOLICITATION NOTICE
71 -- Shelving Storage System
- Notice Date
- 7/6/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- M67400 Regional Contracting Office-Far East PSC 557 Box 2000 FPO AP 96379
- ZIP Code
- 96379
- Solicitation Number
- M6740005T0739
- Response Due
- 8/16/2005
- Archive Date
- 9/15/2005
- 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 procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number M67400-05-T-0739 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The NAICS code is 337215. The agency need is for: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0001 1 Unit WAREHOUSE SHELVING STORAGE SYSTEM FFP This requirement is brand-name or equal. Specifications as follows: 4 BAY "STAK" SYSTEM WITH MAST & BRIDGE -52'' x 48'' RACKING, T-RAIL, CONDUCTOR -APPROX. OVERALL HEIGHT: 18' 3 3/16''H, 16' 3'' WIDTH, 47' 3'' LENGTH -POWER: 208V, 3PHASE, 60HZ -2000LB PER PALLET CAPACITY. -STARTER UNIT STANLEY MODEL #2KS045248190 QTY=1 -ADD ON BAY 52'' x 48'' MODEL#2KA015248190 QTY=4 -2K FLOW THRU 52'' x 48'' PALLET #2KFTP5248 QTY=80 -4' CANTILEVER OVERHANG #2KFFCO52 QTY=2 -BRACING KIT SEISMIC ZONE 4 #2KBKSZ452 QTY=8 -MAST PALLET LOCATOR FEATURE #2KPLFM190 QTY=1 -COLUMN PALLET LOCATOR STRIP #PLSC190 QTY=18 -WIP CART-48 & 52 x 48 #2KWIP485248 QTY=2. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0002 1 Unit WAREHOUSE SHELVING STORAGE SYSTEM FFP This requirement is brand-name or equal. Specifications as follows: 4 BAY STAK SYSTEM WITH MAST & BRIDGE-72'' x 48'' RACKING, T-RAIL, CONDUCTOR -APPROX OVERALL DIMENSIONS: 18' 3 3/16'' HEIGHT, 16' 3'' WIDTH, 47' 9'' LENGTH -POWER: 208V, 3PHASE, 60HZ -2000LB PER PALLET CAPACITY. -STANLEY MODEL STARTER UNIT #2KS047248190 QTY=1-ADD ON BAY 72'' x 48'' #2KA017248190 QTY=2 -PALLET #2KFTP5248 QTY=60 -4' CANTILEVER OVERHANG #2KFFCO72 QTY=2 -BRACING KIT ZONE 4 #2KBKSZ472 QTY=6 -MAST PALLET LOCATOR FEATURE #2KPLFM190 QTY=1 -COLUMN PALLET LOCATOR STRIP #PLSC190 QTY=14 -WIP CART-60 & 72 x 48 #2KWIP607248 QTY=2. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0003 1 Unit WAREHOUSE SHELVING STORAGE SYSTEM FFP This requirement is brand-name or equal. Specification as follows: 4 BAY STAK SYSTEM WITH MAST & BRIDGE- 52'' x 48'' RACKING, T-RAIL, CONDUCTOR -APPROX OVERALL HEIGHT: 15' 4 5/16''H, 16' 3'' WIDTH, 28' 10 1/2'' LENGTH -POWER: 208V, 3PHASE, 60HZ -2000LB PER PALLET CAPACITY. -STANLEY MODEL# STARTER UNIT #2KS045248156 QTY=3 -ADD ON BAY 52'' x 48'' #2KA015248156 QTY=3 -2K FLOW THRU 52'' x 48'' PALLET #2KFTP5248 QTY=108 -4' CANTILEVER OVERHANG #2KFFCO52 QTY=3 -BRACING KIT - SEISMIC ZONE 4 #2KBKSZ460 QTY=15 -MAST PALLET LOCATOR FEATURE #2KPLFM156 QTY=3 -COLUMN PALLET LOCATOR STRIP #PLSC156 QTY=36 -WIP CART-48 & 52 x 48 #2KWIP485248 QTY=3. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0004 1 Unit WAREHOUSE SHELVING STORAGE SYSTEM FFP This requirement is brand-name or equal. Specifications as follows: 4 BAY STAK SYSTEM WITH MAST & BRIDGE-72'' x 48'' RACKING, T-RAIL, CONDUCTOR -APPROX OVERALL HEIGHT: 15' 4 5/16"H, 16' 3" WIDTH, 30' 9 1/2" LENGTH -POWER: 208V, 3 PHASE, 60HZ -2000 LB PER PALLET CAPACITY -STANLEY MODEL# STARTER UNIT #2KS047248156 QTY=1 -2K FLOW THRU 72"X48" PALLET #2KFTP7248 QTY=24 -4' CANTILEVER OVERHANG #2KFFCO72 QTY=1 -BRACING KIT - SEISMIC ZONE 4 #2KBKSZ472 QTY=4 -MAST PALLET LOCATOR FEATURE #2KPLFM156 QTY=1 -COLUMN PALLET LOCATOR STRIP #PLSC156 QTY=10 -WIP CART -60&72X48 #2KWIP607248 QTY=1. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Lot INSTALLATION CHARGES FFP This CLIN includes all installation and travel costs for personnel required to complete the installation of CLINS 0001-0004. Locations of install are as follows: CLIN0001-0002: Bldg 5959, Camp Foster, Okinawa Japan CLIN0003-0004: Bldg 2176, Camp Hansen, Okinawa Japan FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Lot Shipping, handling and all related costs FFP FOB: Destination Statement of Work: See attached document or please contact Sgt Jenkins at jenkinskl@mcbbutler.usmc.mil. Estimated shipping via ground to: Defense Logistics Agency Defense Distribution Center Tracy Depot, Bldg 30, CCP 25600 S. Chrisman Rd. Tracy, Ca. 95376 The Government intends to make single award to the responsible offeror whose offer is the most advantageous to the Government considering "best value". The following Provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999, applies with paragraph (a) completed as follows: This contract shall be awarded on a "best value" basis. The Government intends to make a single award to the successful offeror who provides the overall "best value" to the Government when considering price and non-price factors, FAR 52.212-3 Offeror Representations and Certification Commercial Items (Jun 2003), FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2003), FAR 52.228-3 Workers Compensation Insurance (Defense Base Act), FAR 52.228-4 Workers' Compensation and War! -Hazard Insurance Overseas, FAR 52.232-1 Payments, FAR 52.232-25 Prompt Payments, FAR 52.232-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.242-17 Government Delay of Work, FAR 52.245-2 Government Property (Fixed Price Contracts), FAR 52.249-13 Failure to Perform, FAR 52.249-13 Failure to Perform, FAR 52.252-1 Solicitation Provisions Incorporated By Reference, DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items, DFARS 252.225-7041 Correspondence in English, DFARS 252.225-7042 Authorization to Perform, DFARS 252.225-7043 AntiTerrorism/Foce Protection Policy for Defense Contractors Outside the United States, DFARS 252.243-7001 Pricing of Contract Modifications. Responsible offeror must be active in the Central Contractor registration on in accordance with DFARS 252.204-7004 (NOV 2001). DUNS, TIN, and CAGE Code must be written on submitted quote. Payment shall be made electronically by DFAS Yokota Japan. Full text of http! ://farsite.hill.af.mil The following information must be provided with this quotation: Commercial and government entity code (Cage). Taxpayer identification number (Tin). Data universal numbering system (Duns). Estimated Delivery Date: GSA contract number if applicable Remit to Address Offers can be faxed to 011-81-611-745-0969, e-mailed to jenkinskl@mcbbutler.usmc.mil , or mailed to the Regional Contracting Office, PSC 557 BOX 2000, FPO AP 96379-2000. Offers must be received no later than 16 Aug 2005, 08:00 Japanese Standard Time. Questions may be addressed to Sgt Kelly Jenkins by email at jenkinskl@mcbbutler.usmc.mil.
- Record
- SN00842392-W 20050708/050706212558 (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 |