Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

39 -- Baggage Transfer System

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APPQWRMR-0014-5
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
Description
(i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is APPQWRMR-0014-5 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) NAICS Code is 333922 . (v) This requirement consists of six (6) line items: (1) 1 each - Stainless Steel (304) motorized belt conveyor (38? wide x 5?-0? long x 30? high) with completely enclosed underside cabinet with two doors and with Stainless Steel safety cover on one side (2) 1 each - Stainless Steel Ball Transfer table (36? wide x 72? long) with Stainless Steel safety cover. (3) 2 each - Control Boxes ? Combination IEC magnetic starter with disconnect ? pushbutton switch: start/stop (4) 1 each - Stainless Steel (304) Incline Belt Conveyer (50? wide x 6? 0? long) (5) 1 each - Installation of Stainless Steel safety shields for the x-ray infeed and discharge conveyor (6) Installation/delivery. Vendor is responsible for and price is to include delivery and installation including freight charges, delivery of air and ground transportation, dismounting other products to include finger lift, assembly and warranty. Vendor will provide manpower and equipment to unload equipment from the truck, will supply supervision, labor, materials tools and insurance to install the equipment inside of the airport. (vi) . Transfer system shall meet or exceed the following criteria: ∙Stainless Steel should be 12 gauge unless otherwise specified. ∙All welds to be grounded and polished ∙Provide warranties to customer that non-wear product(s) delivered are free from defects in material and workmanship for a period of 1 (one) year from the date of delivery, under normal use and service, purchased parts are warranted for the period within the designated vendor warranty. Manufactured parts are warranted for 90 days.∙ Stainless Steel safety shields on all equipment. ∙Complete documentation, operation and maintenance manuals (vii) Deliverables and acceptance of deliverables will be FOB destination, USDA APHIS PPQ Mercedita International Airport ? Main Terminal Building, Mercedita, Puerto Rico 00715-0045. If necessary to view the facility prior to submitting a quotation, interested vendors should call Mr. Alberto Rivera @787-841-3225 to arrange a walk through. (viii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: The following factors shall be used to evaluate offers: Technically capability; inclusion of availability of maintenance facilities; Past performance (send list of references with quote); Low price. Technical and past performance when combined, are approximately equal to price. (x) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall return a completed copy of the Offeror Representations and Certifications with their quotation. A copy of the provision may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-35 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-2 Buy American Certificate; 52.225-3 Buy American Act ? North American Free Trade Agreement-Israeli Trade Act; 52.225-4 Buy American Act North American Free Trade Agreement-Israeli Trade Act Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xvi) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by close of business day, September 9, 2005. Faxed quotes are acceptable. (xvii)The assigned Purchasing Agent is Ms. Jayne Frommes. Ms Frommes may be reached at jayne.m.frommes@aphis.usda.gov, (612) 336-3221 or by fax at (612) 370-2136 A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, which provides the price per unit. 2) Signature of the offeror on the page which lists the price. 3). Quotes should be of sufficient detail to determine their adequacy. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Place of Performance
Address: Mercedita Intl Airport Main Terminal Bldg - Mercedita, Puerto Rico
Zip Code: 00715
Country: USA
 
Record
SN00885782-W 20050904/050902211750 (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.