Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

39 -- Gravity Roller Conveyor System

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
 
ZIP Code
08641
 
Solicitation Number
Reference-Number-F3A17B5074A100
 
Response Due
5/4/2005
 
Archive Date
5/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation number F3A17B5074A100 is hereby issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. http://farsite.hill.af.mil This is a commercial acquisition and it is a 100% small business set-aside. The associated NAICS code is 333922 with a size standard of 500. All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the government. All responsible sources may submit a quote, which will be considered by the agency. All prospective offerors interested in submitting a quote on this solicitation must have a Commercial and Government Entity code (CAGE code). Failure to obtain a DUNS number and register in the CCR may result in the delay of award or possible award to the next otherwise successful offer that is registered in CCR at the time of award. This requirement is for the delivery and installation a gravity roller conveyor. The contractor shall provide all personnel, equipment, tools, materials, supervision and other items necessary to install a new gravity conveyor system in the C-17 CFOF building 2202 located at McGuire AFB, NJ 08641. This requirement must be completed no later than July 2005. Item 0001: 28 each: Gravity Conveyor, 10 feet long, 6-inch between frame. Rollers 3.5 inch diameter x .300 steel wall, 1 1/16-inch hex axle, pin retainer, 102101 sealed, grease packed bearings. Rollers mounted high on 4-inch channel and low on 5-inch channel on 12-inch centers. 5-inch x 6.7 pound and 4-inch x 5.4-pound structural channel frames welded to cross supports and painted with one coat standard enamel. Item 0002: 2 each: Gravity Conveyor, 11 feet long, 6-inch between frame. Rollers 3.5-inch diameter x .300 steel wall, 1 1/16-inch hex axle, pin retainer, 102101 sealed, grease packed bearings. Rollers mounted high on 4-inch channel and low on 5-inch channel on 12-inch centers. 5-inch x 6.7 pound and 4-inch x 5.4-pound structural channel frames welded to cross supports and painted with one coat standard enamel. Item 0003: 2 each: Gravity Conveyor, 11 feet long, 6-inch between frame. Rollers 3.5-inch diameter x .300 steel wall, 1 1/16-inch hex axle, pin retainer, 102101 sealed, grease packed bearings. Rollers mounted high on 4-inch channel on 12-inch centers. 4-inch x 5.4-pound structural channel frames welded to cross supports and painted with one coat standard enamel. Item 0004: 1 Each: Heavy-duty End/Butt Stop. Item 0005: 1 each: Installation of gravity conveyor in accordance with Statement of Work. A site visit is scheduled for this requirement on Friday, 29 April 05 at 13:30 pm (1:30 pm) (EST). All contractors who wish to attend must contact TSgt Mark Johnson on or before Wednesday, 27 April 05 by 1:00pm (EST) by e-mail at mark.johnson7@mcguire.af.mil or faxing to 1-609-754-4642. A limit of up to two contractors from each company will be allowed. For base security clearance purposes, all contractors wishing to attend the site visit must provide their full name, social security number, driver?s license number and state it was issued in on company letterhead by the deadline listed above. For all those attending site visit, ensure you bring your drivers license, proof of insurance, and vehicle registration in order to obtain a base pass for your vehicle. Invoicing and payments must be made utilizing the Wide Area Workflow-Receipt and Acceptance program www.https://wawf.eb.mil . Questions should be submitted in writing via above fax number or emailed to mark.johnson7@mcguire.af.mil . Questions shall be compiled and responses will be provided via FEDBIZOPPS. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provisions at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005), FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Mar 2005). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clauses at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52-204-7 Central Contractor Registration (Oct 2003); with 252.204-7004 ALT A (Nov 2003) Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. FAR 52.209-6 Protecting the Government?s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jan 2005), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2003), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2005) apply to this acquisition; under para (b), the following clauses are incorporated: (5)(i) FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003) (13) FAR 52.222-3 Convict Labor (Jun 2003) (14) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (15) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (16) FAR 52.222-26 Equal Opportunity (Apr 2002), (17) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (18) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (19) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (24) FAR 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), (25) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); under para (c), the following clauses are incorporated: (1) FAR 52.222-41 Service Contract Act of 1965 as amended (May 1989), (2) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989). [Equivalent Rate applicable to this acquisition is: This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Laborer $14.04 FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252-204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005); under para (b), the following clauses are incorporated: DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Apr 2003), DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002) (Alt III) (May 2000); DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), AFFARS 5352.223-9001 Health and Safety on Government Installations (Jun 1997) apply to this acquisition, and AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002) apply to this acquisition. Wage Determination No: 94-2449 REV (19) is in effect for this requirement. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Please submit signed and dated offer on company letterhead to 305 CONS/LGCA, 2402 Vandenberg Ave McGuire AFB, NJ 08641 on or before Wednesday, 27 April 05 by 1:00pm (EST), Quotations are due by Wednesday, 4 May 05 by 1:00pm (EST) Quotations may be faxed to TSgt Mark Johnson at (609) 754-4730 or emailed to mark.johnson7@mcguire.af.mil STATEMENT OF WORK Mechanical Material Handling System, Pallet Roller System Consolidated Flightline Operations Center 305 OSS Aircrew Life Support Flight Provide and install one lane of gravity pallet conveyor 81? long by 88? wide consisting of three 6? gravity roller strands. The two outer strands will consist of 4? and 5? structural channel with rollers mounted high on the 4? side and low on the 5? side to provide safety guides for the 463L pallets with cargo with weights up to 10,000 lbs. The rollers on all three strands will be on centered on 12? centers. The capacity of the system, allowing for a safety margin will be 2,080 lbs/ft of conveyor. Roller system will be permanently attached to the concrete slab with mechanical fasteners that will allow for replacement of roller sections if one should happen to be damaged at a later time. Access to the room for the installation will be coordinated through the primary construction contractor at the job site and on site US Army Corps of Engineers. The pallet roller system will be installed in the life support storage room at the most westerly rollup door in the room, as viewed from the exterior of the building facing north. The installation must be completed NLT estimated facility completion date of July 2005.
 
Place of Performance
Address: 305th Contracting Squadron, 2402 Vandenberg Ave, McGuire AFB, NJ 08641,
Zip Code: 08641
Country: United States
 
Record
SN00793500-W 20050423/050421211954 (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.