Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2017 FBO #5573
SOLICITATION NOTICE

99 -- High Density Mobile Shelving Unit - Package #1

Notice Date
2/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
F3CTGS7019AW01
 
Archive Date
3/18/2017
 
Point of Contact
Dakota L. Asselyn, Phone: 7017233056, Willa St.John, Phone: 7017233556
 
E-Mail Address
dakota.asselyn@us.af.mil, willa.st_john@us.af.mil
(dakota.asselyn@us.af.mil, willa.st_john@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SALIENT CHARACTERISTICS SHEET Floor Plan Request for Quote Description: (i) 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. (ii) The solicitation number F3CTGS7019AW01 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (get from http://farsite.hill.af.mil). (iv) This acquisition is 100 percent set aside for small businesses. The North American Industry Classification System (NAICS) code is 337215 with a size standard of 500 employees. (v) CLIN 0001 High Density Mobile Shelving unit or approved equal. See attached Request for Quotation. (vi) High volume storage unit contained in a defined space increasing storage capability using both drawers and open shelving. Manually operated mechanical-assist carriage units can be moved on a floor level set of tracks mounted on the surface of the warehouse floor with additional flooring to make for a level work surface. Shelving system maintains security for all contents with a locking system for the entire unit. Each carriage holds supplies and equipment for an overall load of 25,000 lbs. capacity. Individual carriage will hold approximately 3,600 lbs. Stationary end shelf contains drawers of 26"Wx24"Dx16"H 15 total in 5 columns of 3 drawers and is 2'4" deep and 12' wide. High density laminated ends provide secure mechanical-assist mechanisms to move each shelving unit along the track. Mobile carriages, 6 double sided units and 1 single sided end unit, are comprised of shelves 16" apart and 24" deep. Back to back the carriages are 48" wide, total of 6 shelves per carriage. End carriage will be 24" deep with shelving as all other carriages with mechanical assist for ease of operation. (vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the government. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.219-6, 52.222-3, 19, 21, 26, 52.225-13, 52.232-33, and 52.223-18 (xiii) Additional FAR, DFARS and AFFARS clauses and provisions that apply are: 52.219-6, 52.222-3, 19, 21, 26, 52.225-13, 52.232-33, 52.223-18, 52.204-13, 52.223-1, 52.232-40, 52.247-34, 52.252-2, 52.252-6, 52.253-1, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7012, 252.204-7015, 252.225-7001, 252.232-7003, 252.232-7006, 252.232-7010, 252.244-7000, and 252.247-7023, 5352.201-9101 and 5352.223-9000. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 4:30 pm Central Standard Time on Friday, 03 March 2017. Quotes received after that time may not be considered. (xvi) Any questions regarding this notice should be directed to SrA Asselyn, 5 CONS/LGCB, 165 Missile Avenue, Minot, ND 58705, (701) 723-3056, or by email to dakota.asselyn@us.af.mil. The alternate contact is TSgt St. John at (701) 723-3949 or email willa.st_john@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d24f1fbc9f335ad7159b30933b0dda9e)
 
Place of Performance
Address: Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN04411846-W 20170225/170223234353-d24f1fbc9f335ad7159b30933b0dda9e (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.