Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

J -- 341 LRS Vehicle Lifts

Notice Date
6/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
F2W3D25033A100VehicleLifts
 
Response Due
6/13/2005
 
Archive Date
6/28/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for a commercial item 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W3D25033A100 The clause at FAR 52.211-6, Brand name or equal applies to this requirement. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 333921 with a small business size standard of 500 employees. (v) This combined synopsis and solicitation is for: 1.1. SUMMARY OF WORK: Contractor shall provide all supervision, labor, equipment and materials to provide Maintenance, Repair and Certification for all 341 Transportation. Vehicle Lifts, Communication Scissor Lift Dock . (17 Lifts) 1.1.A. Lift Location and Type 1. Build. 510, Vehicle Readiness Center -Mohawk 2-post lift, Model: LFM-12 -Rotary 2-post lift, Model: 710 MLS-4, 1 each 2. Build. 870, General Purpose Element -Rotary 4-post lifts, Model: SM122-110, 2 each ? new in Aug 00 -Mohawk 2-post lifts, Model: TP15, 5 each ? -----serviced Jan 01 -Rotary 4-post lifts, Model: SM120-1, 3 each ? ---no service ? need cables( 1 lock release repair) -Benwil 4-post lift/alignment rack ? -----------------service Jan 01 3. Build. 882, Heavy Equipment Element -Rotary 4-post lifts, Model: SM300, 1 each -Rotary 4-post lifts, Model: FLS-15, 1 each -Rotary 4-post lifts, Model: SM122-110, 3 each 4. Build. 910, Mobile Maintenance Element -Rotary 4-post lifts, Model: SM122-110, 1 each 5. Build. 1448, Truck Tractor Element. -Mohawk 4 post Truck lifts, Model: TR-35, 1 each 6. Build 772, Small Computer loading dock Hydraulic WL-100 Scissor Loading Dock 1.1.B. LABOR: (Basic Receritification work done) Inspect, adjust and maintenance service to all lifts. Check posts and re-shim to level as needed, remove arms, pins and arm locks, clean and re-grease, inspects, check entire lift/dock, re-torque anchors, and replace existing hydraulic fluid. NOTE: Scissor Dock, To maintain warranty on work. States ?We are not responsible for equipment failure resulting from the use of unapproved replacement parts (reference page two owners manual). (Any problems that are occurr, the contracting office,should be notified of any problems or desprepaciences identified with lifts and all issues will be handled via the 341 Contracting Office.) 1.1.C. MATERIAL: All material and parts will meet manufacture specification or equal. 2. SECURITY: The contractor and employees must comply with all security requirements imposed by the Base Commandeer while on Base. Do not leave packages ? boxes ? tool boxes etc. with out proper identification/markings, do to the times we live in. 3. SAFETY: The contractor shall comply with all Air Force Safety Standards and OSHA standard of work at all times. 4. CLEAN UP: The contractor shall leave the work area in a clean and safe condition. Removal of packing materials and de-Brea is the contractor responsibility, and disposal of off Malmstrom AFB in an authorized container or landfill. 5. EXECUTION: 5.1. Performance period: Is 45 calendar days after award date. Working hours will be from 0730 hrs to 1600 hrs, (7:30 AM TO 4:00 PM) Monday through Friday. Excluding all government holidays. 5.2. The contractor shall coordinate the work with Maintenance Engineering, phone 731 ? 6204. Provide a list of dates, time and facility one-week before start of work. After award is issued the contractor will be required to coordinator all activities with each facility/building manager. 6. PROJECT COORDINATOR AFTER AWARD: 6.1. Mr. Robert M. Krautner, Maintenance Engineering, 731-6204. 6.1. TSgt Chad Pinkerton, Transportation ? (LGTM) 731-6316 6.3. Mr. Ed C. Berry, Com. SQ. Small Computers ? (SCAQ), 731-3004 For Official Use Only Bid Schedule Item # Qty. Description Materials/labor Quote 1. (7) - Mohawk Lift, two-post, Inspect, Service & General Maintenance ___/__ 2. (13) - Rotary Lifts, four-post, Inspect, Service & General Maintenance ___/__ 3. (1) ? Benwil Lifts, four-post, Inspect, Service & General Maintenance ___/__ 4. (12) ? Rotary Lift, Replace Pulleys ___/__ 5. (8) ? Rotary Lift, Replace Cables __ /__ 6. (4) ? Mohawk Lift, Replace Handle ___/__ 7. (LS)- Mobilization ___/__ 8. (LS) - Miscellaneous ___/__ 9. Up on completion of the project, contractor will provide two (2) statement & certification for each type of lift and to be posted on each lift. Provide the second copy to maintenance engineering. Bob Krautner ? build 470, suite 21. Total ______ (vi) POINT OF CONTACT: If you have any questions, please contact SSgt Bryan Dubose at (406) 731-4031 or e-mail address bryan.dubose@malmstrom.af.mil. Or 1st LT Nicole Baert at (406) 731-3775 or email@ nicole.baert@malmstrom.af.mil. (vii) Work should commence no later than 31 Jul 2005. FOB destination, Malmstrom AFB, MT 59402. (vii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items and 52.212-2, Evaluation of Commercial Items applies to this acquisition. (viii) Quotes will be evaluated on price, price related factors and ability to meet specifications. (ix) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (June 2004) (DEVIATION), applies to this acquisition which includes: FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000), FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), 52.222-41, Service Contract Act of 1965, as Amended (May 1989), FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631) (xii) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: DFARS 252.225- 7036(Alt 1), Buy American Act and Balance of Payment Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I. FAR 52.252-2, Clauses Incorporated by Reference (Feb. 98), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Laws For Breach of Contract Claims (Oct 2004) applies to this acquisition. (xiii) The clause at DFARS 252.232-7003, Wide Area Work Flow applies to this acquisition. The clauses at FAR 52.204-7, Central Contractor Registration (Oct 2003) and DFARS 252.204-7004, Alternate A (Nov 2003) applies to this acquisition. (xiv) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. Wage Determination No:1994-2317 Revision No:20 is here by incoporated in this combined synopsis/solicitation. Date of Revision:07/26-2004 (xv) Quotes are required to be received no later than 10:00 AM MST, Monday 13 June 2005. All quotes must be faxed to (406) 731-3748 to the attention of SSgt Bryan Dubose
 
Place of Performance
Address: Mlamtrom AFB, Montana
Zip Code: 59402
Country: USA
 
Record
SN00823453-W 20050608/050606212118 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.