Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
MODIFICATION

71 -- Stanley Vidmar Stak System; Brand Name or Equal

Notice Date
9/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-12-Q-0039
 
Point of Contact
Charlton C. Mason, Phone: 9197221553, John L. MCCOMAS, Phone: 919-722-1766
 
E-Mail Address
charlton.mason@seymourjohnson.af.mil, john.mccomas@seymourjohnson.af.mil
(charlton.mason@seymourjohnson.af.mil, john.mccomas@seymourjohnson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-60. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business set-aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-12-Q-0039. The NAICS code 337215 applies to this solicitation. The size standard is 500 Employees. The item description is as follows: CLIN 0001: Stanley Vidmar Stak System (model # 2KMB09415648); OR EQUAL CLIN 0002: One (1) new vertical bay to go along with an End Support Post to match opposite side (see attached picture). CLIN 0003: Labor for assembly of above Stak System The following salient conditions must be met: • Single operator system with a load rating of 2,000 lbs • Variable-location racks which accept pallets and shelves • Four axes mast and bridge assembly with lifting forks, and moves at 135ft per minute vertically • Each rows overall height: 15' 4 5/16" • Width: 190" • Length: 517" • With an aisle width of 90" Unit: Each Qty: 1 Unit Price: Total Price: 60 days ADC Contractor is responsible for transportation of equipment and supplies to Seymour Johnson AFB, NC 27534. STATEMENT OF WORK (SOW) 1. SCOPE: The work covered by the provisions of this contract consists of furnishing all labor, tools and materials not provided as Government Furnished Materials/Services identified in paragraph 3 for the dismantle of the (in-place) Stanley Vidmar Mast & Bridge p/n: 2KMB09415648 and installation of a new Stanley Vidmar Mast & Bridge p/n: 2KMB09415648; or equal provided on CLIN0001 of this contract. This procurement will also include a new vertical bay to go along with an End Support Post (see attached pictures). The contractor is responsible for: a. Providing an estimate (the Government reserves the right to not accept the estimate and stop at this point at no expense). b. Upon notification to proceed, coordinate the installation time with authorized Government personnel. c. Completing the job in accordance with all federal, state, and local codes. d. Dismantle and dispose of existing Stanley Vidmar Stak mast and bridge. e. Install new Stanley Vidmar Stak mast and bridge to operate in the necessary fashion to properly lift, store, and operate in accordance with manufacturer's specifications. f. Cleaning up all packing materials, tools and refuse to leave the site in a neat, clean condition. 2. MATERIALS: All material and supplies related to repair of Stanley Vidmar Stak System will be provided by the contractor. Requested materials are as follows: a. Stanley Vidmar Stak System or equal. b. All other miscellaneous materials required to properly complete the installation 3. GOVERNMENT FURNISHED MATERIALS AND SUPPLIES: a. Stanley Vidmar Stak System b. Electrical power supply to site 4. LOCATION: This work is to be accomplished at building 2121, 4 CMS, 200 Propulsion Dr., Seymour Johnson Air Force Base, Goldsboro, 5. WORKMANSHIP: All workmanship will comply with commercial standard trade practices and this statement of work. The contractor shall provide qualified personnel, equipment, and services required to remove/install parts and associated equipment items. 6. CLEANUP: The contractor is responsible to return to the site to full mission capable condition and remove all debris, trash and unserviceable items from the job site. 7. WARRANTY: The contractor will guarantee one year of scheduled maintenance to the Stanley Vidmar Mast & Bridge p/n: 2KMB09415648; or equal and all workmanship for a period of one year from completion of work. 8. SITE VISIT: There will be a mandatory site visit held on Tuesday, 11 September 12 at 10:00 A.M. EST Any questions that cannot be answered at the site-visit should be submitted in writing to the Contracting Representative. Questions can emailed to SSgt Charlton Mason at charlton.mason@seymourjohnson.af.mil Questions due NLT 12:00 P.M. EST 13 Sep 12 9. WORK SCHEDULE: The contractor shall be authorized to work from 7:30 am to 4:30 pm, Monday - Friday excluding Federal Holidays. All work shall be completed within 60 days following award. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered, FAR 52.211-6 Brand Name or Equal, FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on technical capability of the item offered to meet the Government requirement, price, and delivery. FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5(a) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2012)(Deviation), FAR 52.204-99 System for Award Management Registration (DEVIATION), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-28 Post-Award Small Business Program Rerepresentation. FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products, FAR 52.222-19 Child labor--Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers With Disabilities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-18 Place of Manufacture, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION), FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.247-34 F.O.B. - Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (located at http://farsite.hill.af.mil), FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil), FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFAR 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7008 Export Controlled Items, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraphs (b)(1), (b)(23), (b)(29(i), (b)(29)(iv), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7000 Material Inspection and Receiving Report, DFARS 252.247-7023 ALT III Transportation of Supplies by Sea. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS); (none). AFFARS 5352.201-9101 Ombudsman (Kristian Ellingsen. 129 Andrews St, Langley AFB, VA 23665. (757)764-5373. Kristian.Ellingsen@langley.af.mil). Primary Point of Contact is SSgt Charlton Mason at (919) 722-1553 and Alternate is MSgt John McComas at (919) 722-1766. All quotes shall be received NLT Wednesday, 19 September, 2012 at 4:00 P.M. EST. Quotes can be sent by email (preferred) to charlton.mason@seymourjohnson.af.mil; mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531; Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT SYSTEM (SAM) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning SAM requirements can be accessed at https://www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-12-Q-0039/listing.html)
 
Place of Performance
Address: 200 Propulsion Dr, Bldg 2121, Seymour Johnson AFB, North Carolina, 27534, United States
Zip Code: 27534
 
Record
SN02881420-W 20120915/120914000938-ec846ea72cfd33c897388082f94352ef (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.