Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOLICITATION NOTICE

36 -- stacker system

Notice Date
7/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-09-T-0138
 
Point of Contact
Francine L Keys, Phone: (301) 757-9057
 
E-Mail Address
francine.keys@navy.mil
(francine.keys@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-09-T-0138 is issued as a Request for Quotation(RFP). The applicable NAICS is 332999. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on a competition, the descriptions listed below, under the authority of FAR Part 13.104. The contract line item numbers and descriptions are **CLIN 0001 Quantity 1 ea, STACKER SYSTEM DESCRIPTION QUANTITY 4 BAY W/MAST & BRIDGE 48" X 48" 1 1 ADD-ON BAY 48" X 48" 3 1 ADD-ON BAY 60" X 48" 1 1 ADD-ON BAY 72" X 48" 1 EQPT-STAK SPECIAL CANTILEVER 1 MAST FLOOR LOCK 1 MAST ROTATION RESTRAINT 1 MAST PALLET LOCATOR FEATURE 1 COLUMN PALLET LOCATOR STRIP 19 2K 48" X 48" PALLET 56 2K 60" X 48" PALLET 8 2K 72" X 48" PALLET 4 TUB KIT - 48 X 48 X 12-5/8 1 WIP CART - 48 & 52 X 48 1 NOTE: OVERALL HEIGHT OF STAK SYSTEM MUST BE 3” LOWER THAN THE LOWEST CEILING OBSTRUCTION. OVERALL HEIGHT: 18’ 3 3/16” OVERALL WIDTH: 16’ 3” OVERALL LENGTH: 43’ 9” CAPACITY: 2000# PER PALLET UNIFORMLY DISTRIBUTED LOAD PLEASE CONFIRM YOUR ELECTRICAL CHARACTERISTICS AS EITHER 208, 230 OR 460 VOLTS, 3 PHASE, 60 HERTZ. EQUIPMENT FOR “ROADSIDE” STAK SYSTEM DESCRIPTION 1 Each MAGNETIC PALLET LABEL 1 Each STAK GARD FOR BACKS AND ENDS OF SYSTEM SPECIFICATIONS 1. All pallets are removable and adjustable within the system. 2. The system includes a free fall safety device. * 3. The system includes a bridge, mast and trolley. 4. The system has a 2000 lb. lifting capacity. 5. Hoist motor and drive mechanisms must be top mounted for maximum storage capacity. 6. The trolley system is inboard riding. * 7. All column uprights front and rear to be one piece, free of pins or bolts, with resting points/hooks facilitating positive positioning of pallets. * 8. All columns, front and rear, have a 36 sq. in. load bearing area. 9. Rear columns include rear rests at 3 7/8” increments. 10. The system to include 2 flood lights.11. All pallets to include fork entry guides with a 360 degree positive perimeter and a self centering radius feature. *12. Pallets when out of the system must be accessible with a conventional pallet jack and fork lift.13. All pallets to be predrilled to accept modular accessories in the future. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's right regard to the terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Dec 2004) is incorporated by reference. However, for paragraph (b) only the following clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.22-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129), 52.232-33, Payment by Electronic Funs transfer-Central Contractor Registration (31 U.S.C. 3332). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications- Commercial Items (Nov 1995). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 But American Act -North American Free Trade Agreement Implementation Act- Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). The DFARS clause at 252.204-7004 Required Central Contractor Registration Alt A (Nov 2003) is incorporated by reference. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive proposals. However, all proposals received by 5 August 2009 will be considered by the Government. A determination by the government is to compete this proposed contract based upon responses to this notice is within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information received. Facsimile proposals are acceptable. For information contact Francine Keys, Telephone (301) 757-9057, FAX (301) 757-8959
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-09-T-0138/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01882140-W 20090723/090722000355-baee271d34bbc04bc772e5baa217c504 (fbodaily.com)
 
Source
FedBizOpps 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.