COMMERCE BUSINESS DAILY ISSUE OF JUNE 28, 2001 PSA #2882
SOLICITATIONS
35 -- 3 AXIS PNEUMATIC SYSTEM
- Notice Date
- June 26, 2001
- Contracting Office
- U.S. Property and Fiscal Office for Connecticut, Contracting Division, 360 Broad Street, Hartford, CT 06105-3779
- ZIP Code
- 06105-3779
- Solicitation Number
- DAHA06-01-Q-0019
- Response Due
- August 3, 2001
- Point of Contact
- Diana Y. Marini
- E-Mail Address
- click here to contact the contract specialist via (diana.marini@ct.ngb.army.mil)
- 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. Solicitation number is DAHA06-01-Q-0019. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. The NAICS Code for this solicitation is 333999. This solicitation is 100% set-aside for small business; the quoter must state their business size in their quotation. Delivery and installation will be FOB Destination. The Connecticut Army National Guard requires two, self-propelled, Elevating Workstations, to be delivered and installed in a paint booth located at the CT AVCRAD, 139 Tower Ave, Groton, Connecticut 06340-5300. The proposed systems must be equal to or exceed an LPI Manufactured, 3 Axis Pneumatic System, Model #PP2-1814. Lift overall dimensions: Lift height, 23-ft 1-in; Lift width, 48-in; Maximum platform height, 18-ft 0-in; Maximum platform horizontal reach, 14-ft 0-in. The system will be used in a, 30-ft wide, 70-ft deep, 25-ft high, paint booth. The Work Platform overall size: 48-in wide by 21-in deep with a working capacity up to 300 pounds. The work platform should be of all steel construction with a 42-in guard rail; 4-in kick-plate; a non-slip safety plate floor; two 18-in self closing access gates at each end of the work platform; control valves that operate all three axis independently (vertical, horizontal and lateral). Safety features should include, at a minimum: Remote control at the base of the lift to lower or raise the platform as needed and two independent safety systems to prevent uncontrolled decent of the platform upon loss of power. The work platform must be designed to travel the full depth of the Spray Booth Enclosure with 1.5" wall clearance, guided by 2 heavy-duty steel rails, one mounted to the floor and one mounted to the booth wall, with a variable speed to 40 FPM. The work platform must travel vertically at a rate of 15 FPM, with maximum lift height being 7 ft less than the inside height of the booth enclosure. The work platform must travel horizontally at a rate of 15 FPM, from a retracted position of 3-ft 8-in, from the booth wall to a distance of 14-ft from the wall. Descriptive literature of your proposed system components is required. Descriptive literature must be of the type and detail to allow for a definitive determination of equality with the specified products. The following FAR and DFARs are applicable to this solicitation: 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation -- Commercial Items; 52.212-3, Offerors Representations & Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders Commercial Items; 52.247-34, FOB Destination; 252.204-7004, CCR Certification. Quoters must submit a copy of provision 52.212-3 with their quote; it may be obtained at www.arnet.gov/far. Quoters are encouraged to use Standard Form 1449 to submit their quote. All Quoters must propose a delivery schedule in their quotation. Contract award is anticipated by August 15, 2001. Quotations are due in this office on August 3, 2001. Award will be based on best value to the Government, with consideration to the factors of proposed technical merits, price, delivery, and past performance. Note that registration in the Central Contractor Registration database is a requirement for award. The web site for registration is www.ccr2000.com. Oral communications are not acceptable in response to this notice. You may fax your quotation to 860-524-4874 or EMAIL it to the Contract Specialist at diana.marini@ct.ngb.army.mil not later than 4 PM on 3 August 2001.
- Record
- Loren Data Corp. 20010628/35SOL001.HTM (W-177 SN50Q0P1)
| 35 - Service and Trade Equipment Index
|
Issue Index |
Created on June 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|