Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
MODIFICATION

L -- 3-Ton Capacity Wire Rope Hoist

Notice Date
2/4/2005
 
Notice Type
Modification
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-05-Q-0130
 
Response Due
2/4/2005
 
Archive Date
2/19/2005
 
Point of Contact
Gwanna Muchison, Contract Specialist, Phone 919-722-5425, Fax 919-722-5424, - Imelda Reantaso, Contract Specialist, Phone 919-722-5409 ext 250, Fax 919-722-5404,
 
E-Mail Address
gwanna.muchison@seymourjohnson.af.mil, imelda.reantaso@seymourjohnson.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2001-24. 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% Service Disabled Veteran Owned Small Business Set Aside. Solicitation Number is FA4809-05-Q-0130. The NAICS code 333923 (Overhead Traveling Crane, Hoist, and Monorails) applies to this solicitation. The size standard is 500 employees. The item description is as follows: Manufacturer: Stahl; Model #: SH3008-204-1L2 (OR EQUAL). CLIN 0001: Purchase and install 3 Ton Capacity Wire Rope Hoist w/20 Ft Lift motorized at 20/3.3 fpm suspended from a 40/10 fpm trolley. Hoist will have push button pendant to fit crane. CLIN 0002: Labor and equipment costs to install and load test hoist. DESCRIPTION: STATEMENT OF WORK 1. SCOPE: The work covered by these specifications consists of furnishing all plans, labor, equipment, appliances, and supplies required to complete the removal of an existing 10 ton Conco Hoist and replacing it with a new 3 Ton Stahl Model #SH3008-204-1L2. 2. LOCATION: This work is to be accomplished at Seymour Johnson AFB, NC. Building number 2208. 3. WORK WEEK: The contractor shall observe the same regular work week being observed by shop forces which is from 0730 to 1630, Monday through Friday. Any deviations from this schedule shall require approval from contracting officer. 4. SITE VISIT: Prospective bidders are encouraged to visit the job site before submitting bids. A site visit is scheduled for 26 Jan 05 at 9:00 a.m. EST. POC for visitation pass is SSgt Scott Haynes at 919-722-5947. Contractor will be responsible for any and all measurements, quantities, and equipment pertaining to contractor supplied material or parts necessary for the full completion of this contract. 5. WORKMANSHIP: All workmanship shall comply with standard trade practice. The contractor shall repair any existing construction damaged by their operation. 6. CLEANING: Contractor shall keep the work site free from accumulation of waste materials. All waste generated by any work under this contract shall be handled, transported, stored, and disposed of off base by the contractor in accordance with all applicable Federal, State, and local laws. Daily and upon completion of this contract, the contractor shall leave the work site and premises in a clean, neat workmanlike condition, satisfactory to the contacting officer or his representative. 7. PROTECTION OF FACILITY: The contractor shall be responsible for protection of grounds, buildings, and equipment therein while performing services called for in this contract. 8. WARRANTY: Contractor will guarantee all contractor supplied material and workmanship for a period of one (1) year from completion of work. 9. ORDER OF WORK: Contractor will perform the following tasks. A. Contractor will remove and dispose of the existing hoist. B. Contractor will complete the installation of the new hoist which will include all electrical hookups and calibration required. As well as a brief description of operating procedures to the building occupants. C. Contractor will perform a 125% OSHA Load Test. (Weights will be required) Department of Labor Wage Determination number 94-2393 Rev (27) is to be used during the contract, www.ceals.usace.army.mil. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items. FAR 52.212-3 Alt 1 Offeror Representations and Certifications—Commercial Items (Offerors must include a completed copy of this provision with their quote). 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. Specifically, the following clauses cited are applicable to this solicitation: 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hire, 52.225-3 Buy American Act-Free Trade Agreements –Israeli Trade Act Alt II, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-1 Alt 1 Small Business Program Representation (Offerors must include a completed copy of this provision with their quote). FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-25 Affirmative Action Compliance. The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is SSgt Gwanna Muchison at (919) 722-5405 and Alternate is TSgt Imelda Reantaso at (919) 722-5408. Quotations may be submitted via email at gwanna.muchison@seymourjohnson.af.mil. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 04 February 05, 2005 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-FEB-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/4CONS/FA4809-05-Q-0130/listing.html)
 
Place of Performance
Address: 1695 WRIGHT BROTHERS AVENUE SEYMOUR JOHNSON AFB NC
Zip Code: 27531
Country: USA
 
Record
SN00746353-F 20050206/050204214047 (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.