Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
SOLICITATION NOTICE

17 -- File, Vertical Storage Required for Storage and Retrieval of Aircraft Parts

Notice Date
8/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-05-T-0142
 
Response Due
8/29/2005
 
Archive Date
10/28/2005
 
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 announcement for solicit ation. Solicitation #W912NS-05-T-0142 may be viewed in its entirety at http://uspfo-mo/. Quotations are being requested. Solicitation document and incorporated provisions and clauses are current through Federal Acquisition 05-05. This request is solici ted as a 100% set aside for small businesses under NAICS Code 337215. The USPFO for MO, in support of the Missouri National Guard, desires to issue a firm-fixed price contract for the following items: Vertical Storage Units Stanley Modula F 500 VLM. No substitutions are acceptable as Agency has existing equipment which requires capatibility. Specifications for Unit #1: Overall height not to exceed 33 feet; overall dimensions 117 x 93, overall capacity 132,000 pounds, drawer dimensions 99.75 x 25.59 (67 slotted drawers total consisting of) (7) 5 deep slotted drawers at 6 pitch providing 5 usable, (13) 7 deep slotted drawers at 8 pitch providing 7 usable, (13) 8 deep slotted drawers at 10 pitch providing 9 usable, (34) 10 deep slotted drawer s at 12 pitch providing 11 usable. All drawers must have assorted partitions and dividers. Drawer capacity: 1,100 pounds, drive l pitch roller chain, drive horsepower 4.0 h.p., internal pick bay; 460 volt, 3 phase, 60 Hz. System controls required ar e Windows 2000, Pentium based industrial PC with a 3 ? floppy drive, 32 Megs of Ram, Touch Screen, RS-232 connection, Bar code reader port and (2) available expansion slots, Systore base software, label printer. General specifications for Unit #2 are: S ame specifications as above except must have a total of 77 drawers consisting of: (10) 3, )10) 5, (14) 7 (19) 8 (5 open without partitions and dividers) (14 with partitions and dividers), (24) 10 (10 open without partitions and dividers) (14 with par titions and dividers). Agency will need a minimum spare parts package to support the units being requested. Quantity is one for Unit #1 and one for Unit #2. Agency requires price quotation to consist of cost for Unit #1 and cost for Unit #2. Set up of equipment, installation and training (List number of hours allowed for these requirements). Wage rates are applicable and may be viewed at http://www.wdol.gov or by calling Contracting Officer. Please give warranty information. The Government reserves t he right to conduct discussions, if determined by the Contracting Officer is necessary. If discussions are deemed necessary because of quotation deficiencies or other issues, they will be conducted either orally or in writing only with those offerors who are determined to be in the competitive range. Equipment will be delivered to Springfield, MO 65803. Please provide a break down in cost as heretofore stated for a total firm fixed price. Applicable FAR & DFAR clauses are: 52.212-1 Instructions to Offe rors-Commercial Items, 52.252-1. Solicitation Provisions Inc. by Reference; 52.252-2 Clauses Inc. by reference; 52.204-7, Central Contractor Registration, 52,212-2, Evaluation-Commercial Items, 52.212-3, Offeror Reps and Certs-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohi bition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, ; 52.222-36 Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer; 52.232-36. Payment by T hird Party; 252.212-7001, Contract terms and conditions required to Implement Statutes, 225.212-7001, Buy American Act and Balance of Payment Program, and 252.2 04-7004, Required Central Contractor Registration. Quotations may be e-mailed to patsy.huth @mo.ngb.army.mil or faxed to attention of Patsy Huth at (573)638-9619. Agency intends to award one contract from solicitation unless Contracting Officer determine s that multiple awards are economically advantageous to the Government. Award will be made based on the best value to the Government. Vendors are to submit specifications on Unit #1 and Unit #2 and list warranty information. It is mandatory that Vendors who submit quotes are Central Contractor Registered. Please submit with quotation your CAGE Code, DUNS Number, a completed copy of FAR 52.212-3, Offerors Reps and Certrs. Submit a list of Gov. references IAW FAR 52.212-2. Solicitation closes and quot ations are due in this office on Monday, August 29, 2005, at 10:00 a.m. (local time).
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00873890-W 20050820/050818212755 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.