Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOLICITATION NOTICE

39 -- A Three Ton Wire Rope Trolley Hoist & Controller

Notice Date
9/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1SOAR9211B001
 
Archive Date
10/10/2009
 
Point of Contact
Marjorie Ray, Phone: 6612778777
 
E-Mail Address
Marjorie.Ray@edwards.af.mil
(Marjorie.Ray@edwards.af.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; proposals are being requested and a written solicitation will not be issued. SOLICITATION #: F1SOAR9211B001 This combined synopsis/solicitation is issued as a Request For Quotes (RFQ). NAICS: 333923 This combined synopsis/solicitation is being issued as a 100% small business set-aside. ITEMS: A Three Ton Wire Rope Trolley Hoist & Controller This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 12, Commercial Items and FAR 13.5 Simplified Acquisition Procedures. Quotes are being requested and a written solicitation will not be issued. This is a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and DFARs Change Notice (DCN) 20090904. Award will be made to the lowest priced, technically acceptable offer that meets the requirements listed below. NAICS is 333293 with a small business size standard of 500 employees. Three Ton Wire Rope Trolley Hoist Specifications- Manufacturer; Shawbox Model- Y80M03-030S18-2 or equivalent Capacity; Three Ton Type- Electric wire rope trolley hoist-Service Class-; H-4-Reeving- 4PS- 5/16"-Lift- 30' available-Hoist Speed-9/18 FPM tow speed magnetic; Trolley Speed-20/50 FPM two speed magnetic-Motor(s) 30- minute rated Total Enclosed Non-Ventilated(TENV)-Load Brake; Weston type roller ratchet or equivalent-Hoist Brake 100% Torque disc; Variable Frequency Drive on hoist assembly Electromotive P-3 programmable drives with adjustable speeds to fine-tune acceleration and deceleration for host and trolley motions-Hoist Travel Limit(s); Upper block control circuit, geared limit, up/down-Fuse Panel- Hoist and trolley motions-Motor Protection; Thermal type in motor-Over Capacity Protection- Weight watcher overload clutch; Control Voltage-115VAC-Power Voltage 480-3-60 VAC-170'-0" of buss bas electrification installed on runway including ground bar; Hoist overweight switch and circuit required. Pendant and festoon material Control Enclosure- NEMA Type 1 Controller Remtron 25T11A or equivalent Receiver Remtron 25R11A or equivalent Selector switch on pendant station to select between radio and wired pendant station in case of emergency. Load Testing- After installation crane system will be load tested at 125% of capacity and certified by a third party Cal-OSHA Inspector. Location, Site Preparation, and Installation- The installation will be conducted at 395 N. Flightline Rd. Building 1864, Edwards AFB, CA 93534. The bridge crane will be installed within the attached hangar that is 170' wide and 122' deep. Existing structure is approximately 40' from the hangar floor and will require a man lift for installation. There is no site preparation needed for this installation, the site will be free and clear of obstructions and access will be unimpeded. Bridge crane assembly shall be installed for safe and effective operation within hangar at building 1864. The contractor shall conduct a visual inspection of the existing bridge assembly prior to installation of new hoist assembly to verify serviceability. The contractor will provide the required electrical interface to power RF transmitter and hoist and cable assembly. The requestor will ensure power interface is installed prior to scheduled installation. Delivery: Delivery is required no later than 6 Weeks After Receipt of Order (WARO), acceptance is FOB Destination, 395 N. Flightline Rd. Building 1864, Edwards AFB, CA 93524. SITE VISIT: A site visit will be held on 21 September 2009 starting at promptly 1000 hrs at 395 N. Flightline Road, Bldg 1864, Edwards Air Force Base, CA. If you plan on attending please provide the company name, names of everyone who will be attending and phone numbers by email to Marjorie.ray@edwards.af.mil by 10:00 a.m. PST, September 17th, 2009. In order to gain base access you will need, a valid driver's license, current registration, and proof of insurance. Please allow 20 minutes to stop at the gate entrance for security check. The following clause applies: Clause 52.237-01, Site Visit; Offerors or Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award; end of clause. Interested parties who believe they can meet all the requirements listed in this solicitation for the items, (including installation) are invited to submit in writing, a complete quote. The quote shall include a detailed parts and materials list, which includes quantities, and a separate price listing for each item and a separate price listing for installation and warranty if any. No partial quotes for the items and installation will be accepted. Offerors must be registered in Central Contracting Register (CCR). No awards will be made to offerors not registered. Registration can be accomplished through the following web link: http://www.ccr.gov. All quotes shall also include the following information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, and Email. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than September 25, 2009, at 4 p.m., PST. Offers may be submitted by electronic mail to the following e-mail address: marjorie.ray@edwards.af.mil. The following provisions and clauses apply: CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced, technically acceptable offer that meets the requirements listed in the solicitation. The following factors shall be used to evaluate offers: 1-lowest price and 2-technically acceptable to meet the Government requirement. 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation amendments shall apply. The anticipated award date will be by 30 September 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1SOAR9211B001/listing.html)
 
Place of Performance
Address: 395 N. Flightline Rd. Building 1864, AFFTC Edwards AFB, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN01955906-W 20090917/090916002401-cb721ef3840cdb26e470b928e667b3ba (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.