Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160

347 CONS/LGCS, 4380B Alabama Rd, Moody AFB, GA 31699-1794

99 -- MISCELLANEOUS JIB CRANES SOL f0960798B0018 DUE 090198 POC Roy Durham 912-257-4710 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is F09607-98-B0018 and is issued as an Invitation for Bid (IFB). The solicitation is a Small Business Set-Aside. The Standard Classification Code (SIC) is 5084 (for coding purposes only) and the small business size standard is 100 employees. The Bid Schedule shall be for Item(s) 0001: Jib crane(s), Qty 2, Item 0002: Anchor bolts, Qty 12, Item 0003: Concrete -- PSI 3500, Item 4: Excavation -- Concrete, as required, Item 5: Installation. All work to be completed at Moody AFB, GA. Specifications: Crane: Vendor to provide and install 2 jib cranes. Jib cranes to be free standing, capable of hoisting three (3) tons. The hook height of the hoist shall be a minimum of 25 feet. The clear span shall be a minimum of 16 feet. The crane shall have electrical rotation of 360 degrees. The motorized trolley shall be electrical powered with up, down, forward, and reverse capabilities with hand held controls. The footing shall be sized by the crane supplier. The crane and hoist shall have a safety factor of 2.5. Testing: Vendor to provide test report certifying the operation and capacity of each crane. Concrete: Concrete shall conform to GA DOT Specifications 1993 Edition, Section 500, Class AA Concrete 3500 PSI with 2-4" slump. Existing concrete thickness is approximately 8 inches. Excavation/Installation: Existing excavation and installation (saw cutting and removal of concrete required) to be conducted inside Bldg 644 (Hanger), 8009 Sijan Street, MAFB GA. Performance Period: 120 calendar days from the date of award. FOB Point: Destination. FACSIMILE BIDS WILL NOT BE ACCEPTED. Standard Form 1449, Representations and Certifications and Statement of Work are availableupon request via facsimile to Roy Durham 912-257-3226. Project may be viewed and bid forms/information downloaded via the internet at www.moody.af.mil/lg/cons/bizops/lgcs.htm . Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. SEALED BIDS SHOULD BE SUBMITTED USING BID COVER SHEET (SF 1449) SIGNED, DATED AND SHALL CONTAIN THE FOLLOWING: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS, NAME, ADDRESS, AND TELEPHONE NUMBER OF THE BIDDER, TERMS OF THE EXPRESSED WARRANTY; PRICE AND ANY DISCOUNT TERMS; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. BID SHALL ALSO CONTAIN ALL OTHER DOCUMENTATION SPECIFIED HEREIN. Bidders shall submit descriptive literature IAW FAR 52.214.21 as an attachment to bid. If the bid is not submitted on the SF 1449, Bidders shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All clarifications/rejections to the solicitation must be resolved prior to bid opening. PERIOD OF 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. LATE OFFERS: Bids or modification of bids received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose bid to this solicitation is the lowest overall price. To be eligible for award, Offeror must be Central Contractor Registered (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://ccr.edi.disa.mil or by calling the CCRRegistration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. Offerors can obtain the SF 1449, Representations and Certifications Commercial Items FAR 52.212-3 by submitting request via facsimile at 912-257-3226, attn Roy Durham or via internet at http://www.moody.af.mil/lg/cons/commodities/rps_crts.doc . The listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://www.arnet.gov/far/current/html/toc.html#52. 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 Items. Pursuant to FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3 Buy American Act-Supplies (41 U.S.C. 10), FAR 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C 10, pub.L.103-187), FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52232-33 Mandatory Information for Electronic Funds Transfer Payment. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: SEALED BIDS WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON DEPOSITORY LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 UNTIL 2:00 P.M.E.S.T. on 01 SEP 98. ALL BIDS MUST BE MARKED WITH "SEALED BID, SOLICITATION NUMBER, THE BID OPENING DATE & TIME, AND PROJECT TITLE" ON THE OUTSIDE OF THE BID ENVELOPE. BID OPENING OFFICER: HOWARD A. DODDS. The point of contact for this solicitation is Roy Durham, 912-257-4710/3226 (fax). Numbered note: 1 Posted 08/13/98 (W-SN236504). (0225)

Loren Data Corp. http://www.ld.com (SYN# 0503 19980817\99-0009.SOL)


99 - Miscellaneous Index Page