Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

30 -- Electric Chain HoistsNA

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0208
 
Response Due
9/15/2006
 
Archive Date
11/15/2006
 
Description
The purpose of this modification is to correct the statement, "Complete quote packages, including price quote, technical capability information, and Representations and Certifications shall be submitted by 2:00 p.m. EST on 15 Sept 2006". The time of submittal in this statement is wrong. The correct time for submittal is 1200. The last sentence in the announcement states the correct time, "ALL QUOTES ARE DUE BY NOON PM EST ON FRIDAY, 15 SEPT 2006." The correct time the quote packages are due is 12 Noon Eastern Standard Time (EST), not 2:00 p.m. There are no other changes and all other information remains the same. ************************************************************ ELECTRIC CHAIN HOISTS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 FA8601-06-T-0208 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The associated NAICS is 334519. This acquisition is full and open competition. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). Complete quote packages, including price quote, technical capability information and Representations and Certifications shall be submitted by 2:00 p.m. EST on 15 Sept 2006, to Mary Piper, 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. No hard copies will be sent. This RFQ has two (2) line items. In accordance with FAR Clause 52.211-6, quotes are being solicited on a BRAND NAME OR EQUAL BASIS. Line Item 0001: One (1) Coffing Electric Chain Hoist (2 ton), Model JLCMT-4008-7-40 or EQUAL. Line Item 0002: Two (2) Coffing Electric Chain Hoists (1 ton), Model JLCMT-2016-7-40 or EQUAL. Minimum specifications are: Electric Chain Hoist (2 ton): 1. Capacity: 2 ton 2. A hoist speed of 8 fpm (feet per minute) 3. Supply Voltage: 208V - 3Ph - 60Hz, Single Speed Hoist 4. A control voltage of 24 Volts 5. Reeving: Double Chain 6. Lift: 40 foot with a Long Lift Limit Switch 7. Push Button: a 4-Button Station with a 36 foot PB (Push Button) drop 8. Suspension: Motorized Trolley (Cross Mounted) 9. A Single Speed Trolley with a trolley speed of 35 feet per minute (fpm) 10. Beam Size: 3 to 8 inch flange width 11. Lifetime warranty against defective material and workmanship Electric Chain Hoist (2 ton): 1. Capacity: 1 ton 2. A hoist speed of 16 fpm (feet per minute) 3. Supply Voltage: 208V - 3Ph - 60Hz, Single Speed Hoist 4. A control voltage of 24 Volts 5. Reeving: Single Chain 6. 40 foot Lift 7. Push Button: a 4-Button Station with a 36 foot PB (Push Button) drop 8. Suspension: Motorized Trolley (Cross Mounted) 9. A Single Speed Trolley with a trolley speed of 35 feet per minute (fpm) 10. Beam Size: 3 to 8 inch flange width 11. Lifetime warranty against defective material and workmanship Delivery is required within 4 weeks after receipt of award (ARO). FOB point is Destination (Wright-Patterson AFB OH) Quote packages should include price quote for delivery of proposed items to Wright-Patterson Air Force Base, Ohio, 45433-7765 (FOB Destination), delivery date, and response to each of the Minimum Requirements. Provide descriptive literature to allow a complete evaluation of the equipment being offered to determine if it meets minimum requirements, drawing of the proposed item, and a list of utility requirements necessary for operation of the offered equipment. A technical description of the items being offered shall be submitted in sufficient detail to evaluate compliance with the minimum requirements. ALL QUOTES SUBMITTED SHALL BE VALID FOR A PERIOD OF 90 DAYS. Quotes submitted must contain a statement to that effect. The Contracting Officer will evaluate "equal" products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE QUOTE. Include manufacturer?s name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that the product being offered is an "equal" product, the quoter shall provide the brand name product referenced in the solicitation. A copy of FAR Clause 52.212-3, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is available under this solicitation number at http://www.pixs.wpafb.af.mil/. Full text of this clause is available at: http://farsite.hill.af.mil. Evaluation of quotes and subsequent award will be based on a determination of best value to the Government based on technical capability of the item offered to meet the Government requirement and price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. Please note that technical capability may be evaluated by how well the proposed products meet the Government requirement. A technical evaluation includes an examination of product literature, product samples (if requested), technical features and warranty provisions. All contractors responding to this solicitation shall include a written line by line response to this specification. Each item response to be specific and detailed enough to allow full evaluation of the equipment offered and its capabilities. Responses that merely state they can provide the required equipment will not be considered adequate and will not be included. The following provisions apply to this acquisition and are hereby incorporated: FAR 52.212-1, Instructions to Offerors ? Commercial. Supplemented by the above instructions. FAR 52.212-3, with its Alt I, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and shall be submitted with the quote. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Provisions. Fill In: Defense Federal Acquisition Regulation, 48 CFR Chapter 2 The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement statutes or Executive Orders--Commercial Items (Deviation) 52.211-6, Brand Name or Equal. FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts And Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52-222-36, Affirmative Action for Workers with Disabilities FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.233-3, Protest After Award FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In Defense Federal Acquisition Regulation (Defense Federal Acquisition Regulation, 48 CFR Chapter 2) DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252.212-7001, Contract Terms and Conditions Required to Implement status or Executive Orders Application to Defense Acquisitions of Commercial Items DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.211-7003, Item Identification and Valuation 5352.201-9101 OMBUDSMAN, Full text of this clause is available at: //farsite.hill.af.mil. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. 88 CONS G-001, Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions 88 CONS H-002 - Delivery Procedures Commercial Vehicles (Jul 2005) A registration page is attached to the web site. You may register to receive notice of any amendments and/or addendum that may be issued to this solicitation. However, if you do not register, it is your responsibility to review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Quotes prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Vendors are advised that in order to receive awards against solicitations issued after 31 May 1998, current registration in Central Contractor Registration (CCR) is required. Information regarding registration can be found at http://www.bpn.gov/ By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. Point of contact for this acquisition is Mary Piper, 937-522-4557. Quotes can be E-mailed to Mary.Piper@wpafb.af.mil; faxed to 937-257-3926, Attn: Mary Piper; or mailed to 88 CONS/PKSB, Attn: Mary Piper, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. No special format or form is required for your quote; however, you must include a completed copy of FAR 52.212-3, Representations and Certifications. A copy can be found at http://www.pixs.wpafb.af.mil/. ALL QUOTES ARE DUE BY NOON PM EST ON FRIDAY, 15 SEPT 2006.
 
Record
SN01140852-W 20060914/060912220745 (fbodaily.com)
 
Source
FedBizOpps 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.