Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
SOLICITATION NOTICE

74 -- Vertical Lift Machine

Notice Date
9/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333313 — Office Machinery Manufacturing
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-10-T-0070
 
Response Due
9/15/2010
 
Archive Date
11/14/2010
 
Point of Contact
Timothy J. Caron, 401-275-4282
 
E-Mail Address
USPFO for Rhode Island
(timothy.caron@us.army.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. NOTE: This requirement is currently subject to the availability of funds, as funds are not presently available for this contract. This requirement is being issued as a Request for Quotation (RFQ), number W912LD-10-T-0070, in accordance with FAR Parts 12 and 13. Submit written quotes only, as oral quotes will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 and through Department of Defense Acquisition Regulation Change Notice 20100830. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm http://farsite.hill.af.mil/vffar1.htm This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 333313; Small Business Size Standard: 1000 EMP. The Contractor shall provide the following: 0001. 1 Ea. - Automated Vertical Lift Machine (VLM) "13-15wide x 8-9deep x 15-16high "128,000-135,000 lbs machine material weight capacity. "Internal picking system. "Sliding electronic console. "Flexible machine tray location feature. "Dedicated inventory management system software feature. "Computer / Operator interface supplied. "User access via password for security and inventory control. "Automatic workstation safety/security door. "Integrated internal maintenance ladder feature. "30-50 - machine trays, each 150-165 wide x 23-26 deep (minimum 28 square feet). "Minimum machine tray weight capacity 1,100 lbs. "All machine trays to be slotted to accept metal compartment partitions & dividers. "All machine trays to be able to accept Lyons metal partitions & dividers. "Slotted tray usable material storage height range from 3 to 20. "Minimum 5,000 adjustable/metal partition & divider compartments. "Site Inventory Transfer Services Required. Scope of work to be preformed, -Material transfer to VLM machine from existing storage cabinets. -Material transfer to VLM machine from existing vertical carousels. -All material to be loaded and noted in X Y coordinates in VLM machine. -All material part numbers and descriptions to be recorded via data entry into the VLM machine console. -All material to be listed on data entry sheets for location backup. "VLM machine pricing to include proposed storage equipment, delivery charges, installation, Electrical Hookup, site training and inventory transfer services. Pre-installation meeting and Site workup prior to installation for final detail review needed. FOB-Destination for delivery to: RI Army National Guard Army Aviation Support Facility, 104 Airport Street, Quonset ANGB, North Kingstown, RI 02852. Delivery and installation will be NLT 120 days ARO. The Government intends to award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose timely offer, conforming to the synopsis/solicitation, will be most advantageous to the Government, price and other factors considered. Award shall be based upon the Best Value to the Government. Best value can include but is not limited to price, delivery date, warranty and technical capability. The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-4 ALT I Buy American Act-Free Trade Agreement Israel Trade Act Cert.; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-18 Availability of Funds; FAR 52.232-23 Assignment of Claims; FAR 52.233-1 Disputes; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.243-1 Changes Fixed-Price; FAR 52.246-16 Responsibility for Supplies: FAR 52.247-34; F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Related to Compensation of Former DOD Officials; DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Required Central Contractor Registrations; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Modifications; Reference FAR Part 12.3 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items and DFARS 212.3. Clauses and provisions can be found at: www.arnet.gov/far. Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website http://orca.bpn.gov/; if Representations and Certifications have been completed on Orca, provide DUNS code. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. Quotes must be emailed to timothy.caron@us.army.mil. Quotes are required to be received no later than 12:00pm EST, 15 September 2010. An optional site visit will be made available to interested vendors on 10 September 2010 at 10:00am EST. Interested vendors must notify the above referenced party NLT 12:00pm on 9 September 2010 if they plan on attending the site visit, to for security access considerations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD-10-T-0070/listing.html)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
 
Record
SN02265752-W 20100904/100902235730-72f9c674d3745bcef1f95ec53d702ed8 (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.