SOLICITATION NOTICE
71 -- Shelving Installaion and purchase
- Notice Date
- 6/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- W912L2-11-T-0019
- Response Due
- 6/30/2011
- Archive Date
- 8/29/2011
- Point of Contact
- Thomas McKendry, 602-629-4403
- E-Mail Address
-
USPFO for Arizona
(thomas.mckendry@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. COMBINED SYNOPSIS/SOLICITATION NOTICE: 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. This solicitation also uses the simplified acquisition procedures contained in Part 13. SYNOPSIS: 1. Action code: N/A 2. Date: June 01, 2011 3. Year: 2011 4. Government Printing Office (GPO) Billing Account Code: N/A 5. Contracting Office Zip Code: 85008-3442 6. Classification Code: 337215 7. Contracting Office Address: USPFO for Arizona, 5645 E. McDowell Road, Phoenix, AZ 85008-3423 8. Subject: Installation and purchase of new and existing shelving 9. Proposed Solicitation Number: W912L2-11-T-0012 10. Opening and Closing Response Date: a. Open - June 01, 2011 b. Close - June 30, 2011 11. Vendor On-Site Inspection date: 13 June, 2011 0800-1200.Vendors will be afforded the opportunity to inspect the Government Provided Shelving and the area where the shelving will be installed, before close of solicitation. Vendors shall provide to Sergeant First Class mike.a.smith1@us.army.mil, the names of the personnel planning on attending the On-Site Inspection by 12:00pm MST 12 June 2011. Vendor personnel must be able to identify themselves by form of a company badge and Valid Federal, State or Local form of Identification, on their person at all times. The Western Army Aviation Training Site is a military installation, subject to Army Regulation 525-13. All workers will have to have a valid form of State or Federal identification, to access the installation. 12. Contact Point or Contract Specialist: SFC Thomas McKendry 13. Contract Award and Solicitation Number: TBD 14. Contract Award Dollar Amount: TBD 15. Contract Line Item Number: TBD 16. Contract Award Date: TBD 17. Vendor: TBD 18. Description: a. 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. The solicitation number is W912L2-11-T-0012 and will be issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-50. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. Quote shall be labeled with the solicitation number. b. The Government intends to contract for Installation and purchase of new and existing shelving. c. All quotes should be marked valid through 3:00pm EST of June 30, 2011. Quotes will be evaluated based on Lowest Price, based on best value to the Government. If a quote fails to meet any of the instructions in this solicitation then it will be set aside and not considered. d. The Statement of Work (SOW) is attached at the end of this Combined Synopsis e. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. f. Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. g. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. h. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Each of the additional FAR clauses cited in the clause are applicable to this acquisition: * 52.222-3 Convict Labor * 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 Combating Trafficking in Persons * 52.232-33 Payment by Electronic Funds Transfer-Central Vendor Registration i. The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. 19. Numbered Notes: N/A 20. Noncompetitive Contract Action: N/A. 21. Place of Contract Performance/Shipment Location: Western Army Aviation Training Site. Silver Bell Army Heliport, BLDG# L4600, Marana AZ, 85653. 22. Set-aside Status: Total Small Business Set-aside. 23. Date, Time and Place: Offers are due to USPFO for Arizona, 5645 E. McDowell Road, Phoenix, AZ 85008-3423. Fax: (602) 267-2429. Delivery may be made by any standard business correspondence to include electronic mail and fax. Offers are due by 3:00PM MST on June 30, 2011. 24. Government Point of Contact: The point of contact for this combined/synopsis solicitation is SFC Thomas McKendry, Contract Specialist, (602) 629-4403, Thomas.mckendry@us.army.mil. For a copy of the solicitation in a more readable format than what is provided by FedBizOps, please send an e-mail request to SFC McKendry. Statement of Work Installation and Purchase of New and Existing Shelving. 1. Background. The Arizona Army National Guard (AZNG) has a requirement for the installation and purchase of new and existing shelving. The AZNG acquired the existing shelving from the Arizona Air National Guard. The shelving will be used to store different sized repair parts for rotary wing aircraft. The term shelving, used in the context of the Statement of work, is defined as the Government provided shelving and Vendor provided shelving. The term will infer both types of shelving, unless otherwise mentioned specifically by name. 2. Objectives. The goal and objectives of this contract will be to ensure that all Government owned, existing shelving and the new, vendor provided, shelving, is professionally installed to OEM standards and specifications. The Vendor will also insure that all shelving, once installed is in good working order, as defined by, the manual operation of the shelving operates as originally designed by the manufacturer. Too include ease of operation and all safety features perform as designed. 3. Scope. The AZNG expects that all shelving be installed and in good working order within 60 calendar days of receiving the Award Notice. The AZNG expects that the installation to take no more than 5 business days to complete. 4. Requirements / Tasks. a. The Vendor shall provide all the equipment, tools, materials and supplemental parts/hardware necessary to install the shelving. b. The installation is to be performed by, or under the supervision of, at least one factory trained technician. c. The Vendor shall submit after award of contract a schedule of work, with daily start and end times and the number of days the Vendor will need to complete the work. The vendor will provide on the schedule, the names of the Vendor employees that will be on site each of the Vendor's scheduled work days. The Vendor will have access to the area where the shelving will be installed and can perform the installation, between the hours of 0700-2300hrs daily. d. Vendor personnel will need to coordinate with the Government POC on a daily basis in order to confirm access for next day's activities and overall installation progress. e. Immediately upon completion of installation, clear components and surfaces. Remove surplus materials, rubbish and debris resulting from installation upon completion of work and leave areas of installation in neat, clean condition. 5. Delivery. a. Vendor must ensure that all materials necessary to install the shelving be on site no earlier than one week prior to commencement of work. Limited outdoor, uncovered, fenced government storage is available. The Government takes no responsibility or liability of Vendor prepositioned equipment and/or tools. 6. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI). a.The Government will provide: QTY 4 - 4'D x 8'W x 8'H Jaken type 3-tier Shelving QTY 24 - 2'D x 3'W x 8'H Wire Shelving. QTY 6 - 27.5"D x 30"W x 60"H tool cabinets. QTY 2 -48.5"D x 18'L Carriages. QTY 1 - 48.5"D x 18'L Carriage QTY 1 - 60.5"D x 16'L Carriage 7. Vendor -Furnished Property, Material, Equipment, or Information. a. The Vendor will provide all hardware and materials to install the shelving. b. QTY 1 - 3'D x 3'W x 85.25"H 4-post Shelving with 12 Shelves. c. QTY 2 - 36.5"D x 18'L Carriages with 12 Shelves 8. Specifications. RAILS: Rails are to be constructed of one piece of structural steel. Anchor to structural floor system with permanent concrete anchors. WHEEL / RAIL GUIDANCE SYSTEM FLOOR / RAMP: Floor and ramp constructed of a minimum 3/4 inch (19MM), 5-ply underlayment grade plywood CARRIAGES: Weight Capacities: 2,000 pounds per lineal foot of carriage on carriages wider than 4 feet (OR) 1,000 pounds per lineal foot of carriage on carriages 4 feet wide or less. CARRIAGE WHEELS: Weight Capacity: Minimum load capacity per wheel: 3200 lbs (1455kg). DRIVE SYSTEM: Drive system to be controlled with an ergonomic three spoke mechanical hand crank. Mechanically assisted units must be capable of being moved by exerting a maximum horizontal force of 5 pounds on the operating wheel. A single safety lock button, mounted on each operating wheel hub, will permit moving a carriage in either direction to create a new access aisle when pulled out (unlocked), or locking the carriage when pushed in. Visual indicators shall provide verification that carriages are in a locked or unlocked mode. FACE AND BACK PANELS: Face and back panels are to be constructed of high-pressure plastic laminate clad particleboard with plastic edging on vertical edges. 4-POST SHELVING: Uprights to be constructed of 18 gauge cold rolled steel. Shelf supports are to be adjustable on 1 " centers. Shelves to be constructed of 22 gauge cold rolled steel and are to be supported with shelf supports in the front and in the back and in the center with at least one shelf reinforcement stretching from one shelf support to the other. Shelf capacity to be no less than 40 pounds per lineal foot with a maximum deflection of L/140. (Shelves shall exhibit no permanent deflection under fully loaded conditions). FINISHES: Paint Finish: Provide factory applied powder coat paint. Meet or exceed specifications of the American Library Association. Finish for new shelving only needs to closely resemble Government provided shelving. Provide color samples with submission. Government will choose final finish, from vendor provided submission. 9. Security. a. Vendor personnel must be able to identify themselves by form of a company badge and Valid Federal, State or Local form of Identification, on their person at all times. The Western Army Aviation Training Site is a military installation, subject to Army Regulation 525-13. All workers will have to have a valid form of State or Federal identification, to access the installation. All names must be provided to Sergeant First Class mike.a.smith1@us.army.mil 48 hours prior to commencement of work. 10. Place of Performance. a. The training location is Western Army Aviation Training Site. The Training Site is home to Aviation schooling and flight training. The address is Silverbell Army Heliport, BLGD L4500 Marana, AZ 85653.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-11-T-0019/listing.html)
- Place of Performance
- Address: Western Army Aviation Training Site Silverbell Army Heliport BLDG# L4600 Marana AZ
- Zip Code: 85653
- Zip Code: 85653
- Record
- SN02461420-W 20110603/110601234802-fe39c9ed77e0ede26737e5495c95c9db (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 |