MODIFICATION
71 -- Warehouse Shelving High Density Modification #4
- Notice Date
- 8/17/2011
- Notice Type
- Modification/Amendment
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
- ZIP Code
- 17003-5003
- Solicitation Number
- W25KYC11078003
- Response Due
- 8/26/2011
- Archive Date
- 10/25/2011
- Point of Contact
- Brian C. Ray, 717-861-6871
- E-Mail Address
-
USPFO for Pennsylvania
(brian.craig.ray@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. New changes and notes: 1. Due date for offers changes from 8/19/2011 to 8/26/2011 at 5PM EST. Cut-off for questions 8/19/2011 at 10am. Any/All answers and inquiries will be posted no later than 4:30PM 8/19/2011. 2. SOW Drawing (Please see attached has been updated and corrected. a. correction to DRMO length, b. Pallet staging area, c. clarification of 30'6 for MIPR and SIPR shelving lengths. 3. Shelving widths to be approx. 50". QUESTION: IS 48"W acceptable? Must meet dimensional requirements as noted 48" is addressed as affirmative. 4. Would preferrence be one 48"D pass through bulk rack or two, back-to-back 24"D shelves with side and/or back panels? Answer: back to back 24"D shelves with back panels 5. QUESTION: DO YOU NEED SIDE PANELS? HOW MUCH WEIGHT DOES EACH SHELF NEED TO HOLD? System must be fully lockable. Yes, 300lbs 6. How many shelves would be preferred each bay to have? Answer: 5 shelves at minimum 5 shelves and openings per vertical row. 7. CAN THE RAILS BE SURFACE MOUNTED / 3/4?"H? Depth of recession must be able to support weight of mobile shelving. 8. IS DRMO shelving 9'L? Yes Previous changes: Two documents were attached to the original posting of this requirement on 6 July 2011. These documents are to be disregarded for this procurement action. Changes to these documents will be noted and the totality of the government's requirement will be listed on this modification 3 (three), below and attached. Workstation requirement has been removed. The requirement is for shelving only. Ref. attached drawing and details below. This requirement is for the purchase of: Modular Drawer Cabinets/shelving dual sided with locking capability for all units: Installation of adjustable, re-locatable, high density shelving. The intent is to have built and installed shelving and mobile aisle systems units in the 11-66 supply room to provide an efficient and physically secure work environment. All shelving must be able to slide together, thereby creating open floor space when needed. Delivery requirement: Installation completed within 120 days from date of award. Installation to be performed in at least two phases. The government shall be provided notice at least seven (7) days prior to installation commencement. The government shall clear and removed all items and make ready the section of the warehouse where phase one shall occur. Addtional phase/phases will be accomplished in the same manner. See attached floor plan and note the number of shelving units required. Shelving must be mobile, joinable and locking. Locking: One key patern for Red section and One key pattern for the blue and green sections. Blue and green sections may have the same pattern, but the Red section have its own key pattern. Shelving widths to be approx. 50". Blue Section: DRMO Equipment area (QTY 7 shelving units); SIPR equipment area (QTY 3 shelving units); NIPR Equipment area (8 shelving units). All bins to be of a standard size of 19"H X 36"W X 22"D with a +/- of "1 except for heigth. Height of bins must be at least 19". Overall height of shelving units to be between 8' and 8'6" from unraised floor. The following questions have been raised with answers provided: 1) May each mobile aisle carriage be wide enough to accommodate 48"W shelving? Answer: Yes- Each shelve may be wide enough to accommodate 48"W 2) If so, then would the customer prefer one 48"D pass through bulk rack or two, back-to-back 24"D shelves with side and/or back panels? Answer: back to back 24"D shelves with back panels 3)Please advise height restriction - will the room accommodate 10'H carriage and shelf height? Answer: Max height is 8' - 8'6" 4)How many shelves would the customer prefer each bay to have? Answer: 5 shelves at minimum 5)Would the customer prefer any drawers in the storage system bays? If so how deep? Answer: No 6)Please confirm the rail in the NIPR area shall run continuously through the SIPR area - 72' long? Answer: No the rail between NIPR and SIPR should be separate and keyed separately 7)Does the customer prefer to have the rails surface mounted or recessed? Answer: The rails shall be raised and recessed FOB Destination to BLD 11-66 Fort Indiantown Gap, Annville PA 17003. Reference attached floor plan for details. The purpose of this procurement is to install adjustable, re-locatable, re-configurable, high density shelving and bulk racks. The shelving and mobile aisle systems units and workstations in the 11-66 supply room with the intent of providing a more efficient and physically secure work environment. Reference number W25KYC11078003 is issued as a request for quotation (RFQ). This solicitation is set aside for small business; the associated NAICS code is 337215 and small business size standard is 500 employees. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 5 PM EST on 26 August 2011 to brian.craig.ray@us.army.mil 717-861-6871. Electronic offers preferred. All questions must be submitted in writing no later than 10 AM EST 8/19/2011. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and first tier subcontract awards. FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items. This is a best value decision. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 - Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, 1.Hours of Work The Contractor shall work during normal working hours (7:00 AM - 4:30 PM) Monday through Friday. - Exclusding Federal Hollidays. 2. Period of Performance From date of Contract Award to 120 days after Contract Award for completion.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W25KYC11078003/listing.html)
- Place of Performance
- Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
- Zip Code: 17003-5003
- Zip Code: 17003-5003
- Record
- SN02538756-W 20110819/110818000223-0808cdd4d3f237baced5edee0fef7c7f (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 |