Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
SOLICITATION NOTICE

39 -- Metal Shelving for MCLB Warehouse

Notice Date
6/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Department (Code 891-2), PO Drawer 43019, MCLB Albany GA 31704-3019
 
ZIP Code
31704-3019
 
Solicitation Number
M6700402Q0047
 
Response Due
7/9/2002
 
Archive Date
8/8/2002
 
Point of Contact
SSgt Jones, DJ (229) 639-6787 SSgt D Jones, Contract Specialist or MSgt D Beaulieu, Contract Officer at (229) 639-6787/6734 respectively.
 
Description
MSgt Daniel E. Beaulieu, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 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. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07 and Defense Acquisition Circular 91-13. This action is restricted to small businesses and has a NAICS code of 332999. The Marine Corps Logistics Base, Albany, Georgia, has a requirement for the following items: CLIN 0001: Rack System comprised of the following: Pallet rack specifications, material/design racks upright fram es: 3 inch face width; 2.25 inch depth; 16 foot high; 50.1/4 inch deep; 4 inch adjustability. Upright parts columns; 32 uprights to have ?U? shaped, .100-inch thick steel channel welded into columns front and rear on inside part of column up 60 inch. Same 32 columns to have 10-gauge full depth base channel welded to assembly with a choice of anchoring the rack. Upright rack frames; 80 uprights to have front column only reinforcements as previously described above; up to 60 inches. Storage Rack System, Material: Metal, Dimensions: Upright Frames: Width: 48? Height: 192?. The columns shall be a minimum of .125? thick; provision shall be made for connecting beams to the upright columns on 4? increments. The upright frames shall have a minimum compressive capacity of 35,000 lbs. Based on a 1.95 to 1 safety factory. The front column of each upright frame shall be reinforce with 2 lipped channels, each approximately 2 ?? x 1 1/8 ? arranged to from a diaphragm box section, up to a height of 60? from the floor. The channels should be at least .100? thick and will be welded in place in such a way that they do not protrude beyond the front face of the column or intrude into the storage area. Upright frame truss bracing shall be 2 ?? x 1 1/8? lipped channel cross section, having a l/r less than 200. The upright frame truss bracing shall consist of transmitting compression as well as tension forces. Pallet rack specifications, material/design load beams: Beam connectors shall transfer the beam bearing load to the upright column at a minimum of 2 points of each column face, and shall be welled to beams. The beam connector shall engage toe rear edge of the upright column to prevent horizontal rotation about the upright column. Beam connectors shal l not depend on a wedging action create a rigid connection and must be capable of easy disassembly without the use of tools other than a soft face mallet. Beam connectors shall be a minimum of 3/16? thick. Beam connectors shall be provided with an easily disengaged safety lock to prevent accidental disengagement from the upright column. Locking device must safely resist an uplift force of 1,000 lbs. per connection, and must engage automatically when the beams are properly installed. Step type beams must be 1 5/8? wide across top surface, 2 ?? wide across bottom surface with a 7/8? wide by 1 5/8? deep step. The height of the beams shall not exceed. Material for beams shall be a minimum of .062 thick. The beam deflection at mid span shall not exceed beam length /180 under uniformly distributed capacity load. The beams shall have the following minimum rating based on unifo rmly distributed loads: at least 96 ea 4.65? high x 76? center to center. Beam connectors; 480 ea , 4.65? high x 146? center to center. Wire deck racks; 224 ea, shim 1/8 steel, shim to match frame base system, 528 ea wire decks waterfall type, drop-in 4 channels wire 2.5 x 4; # 4 wire, aluminum paint finish. CLIN 0002: Installation. The contractor shall be responsible for complete installation of all CLIN 0001 items listed above, to be performed at MCLB, Albany, GA. All racks should have the Forest Green on upright frames. Safety Orange on beams and other load members, focal yellow on column guards. The racks shall be free of all rust, weld flux, oil or other foreign matter prior to the application of one coat of paint. Parts shall be free from sharp corners or edges, burrs, and excessive weld spatters. Contractors are encouraged to perform a site visit prior to submi tting quotes if necessary. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors ? Commercial Items. 52.212-2, Evaluation ? Commercial Items, (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, will be considered of best value to the Government. [The following factors shall be used to evaluate offers, listed in descending order: Conformance to specifications, price and delivery time.] 52.212-3, Offeror Representations and Registrations ? Commercial Items. 52.212-4 Contract Terms and Conditions ? Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Wo rkers, and 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation ? Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments a nd considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 7 July 2002, at 2:00 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
 
Record
SN00097111-W 20020622/020620214141 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.