Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

34 -- Systems & Space Inc. Space Saver System OR EQUAL

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632
 
ZIP Code
94535-2632
 
Solicitation Number
Reference-Number-F3Z3456235A200
 
Response Due
9/22/2006
 
Archive Date
10/7/2006
 
Point of Contact
Matthew Gross, Contract Specialist, Phone 707-424-7724, - Eric Heaton, Contracting Officer , Phone 707-424-7664, Fax 707-424-2712,
 
E-Mail Address
matthew.gross2@travis.af.mil, eric.heaton@travis.af.mil
 
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; proposals are being requested and a written solicitation will not be issued. The reference number is F3Z3456235A200; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 and Defense DCN 200600808. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 339999. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 3400. The Standard Industrial Classification (SIC) is 3685. This request for quotation consists of the following items: Item 0001: Supply, deliver, and install a Systems and Space Inc. space saver storage system OR EQUAL. Or equal bids will be evaluated by the government to ensure they meet the needs of the government. Specifications for Space Saver System: Total dimensions of unit ? Length 21? x width 14? x Height 95? (approx. 366 square feet) These dimensions include all shelves and a 36? walking space between two of the shelving units. Shelving ? Need 3 ea ?rolling? sections of shelving. Each shelving unit needs to be approximately 60? deep, 14? wide, 95? high. The units need to be open on both sides to allow access to compartments. Each compartment will be approx. 42? w x 42? h x 30? deep. This will provide 16 ea compartments on each rolling section. - 8 compartments on each side - 4 wide by 2 high with dividers between each of the compartments. I also need an additional ?fixed? shelving section on the end of the unit. This ?fixed? unit will be solid on its backside. The front side (side facing the ?rolling? sections) will be open. This unit needs only 8 compartments. These eight compartments must be the same dimensions as the compartments listed above. Dimensions of this unit are approx. 30? deep x 14? wide x 95? high. This shelving unit also needs a role up locking door on its front side. Equipment stored in this unit needs to be secured behind a lock. The rolling shelves need to have handles on both ends for easy maneuvering of the units. Each compartment will hold approx 150 pounds of equipment. Color ? Outside of unit will be Grey. Shelves will be White. ?Rolling? handles and trim will be Black. E-mail me and request the drawing of the proposed system that includes specifications and I will forward it to you. A walk-through will be conducted at Travis AFB, Ca to see the current space saving system that is installed and that this request is based off of. Contractors will be able to ask questions, take their own measurements and drawings, and see how and where this system is to be installed. The walk through will be on Tuesday, 19 September 2006 at 1400 (2 PM). Interested parties please meet at the front gate visitor?s center at 1345 (1:45 PM). The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. 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. 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government?s Interest. 52.219-6, Notice of Total Small Business Set Aside. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3 Convict Labor. 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, Affirmataive Action for Workers with Disabilities. 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 52.247-34, F.O.B. Destination. 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisiton Regulation 48 CFR Chapter 2. 252.204-7004 Alt A, Required Central Contractor Registration. 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Souces as Subcontractors. 252.232-7003, Electronic Submission of Payment Requsts; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 5352.201-9101 Ombudsman (10 Aug 05). Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on September 22, 2006. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. The point of contact for this solicitation is A1C Matthew Gross, Contract Specialist, (707) 424-7724, matthew.gross2@travis.af.mil. Alternate point of contact is MSgt Eric Heaton, Contracting Officer, (707) 424-7664, eric.heaton@travis.af.mil. 15 Sep 06 The purpose of this amendment is to CANCEL THIS SOLICITATION. Requirement will be re-solicited on GSA Ebuy.
 
Place of Performance
Address: 350 Hangar Avenue, Bldg 549, Travis AFB, Ca
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01145153-W 20060917/060915221112 (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.