Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

39 -- MANIPULATOR, BALANCE FOR USE OF HANDLING 5 INCH, 6 INCH, AND 8 INCH PARTS ON A PRODUCTION LINE. MUST HAVE 300 LB CAPACITY, 48 INCH VERTICAL TRAVEL, 8 FT REACH IN WHICH THE HORIZONTAL BOOM AND THE EXTENSION ARM ARE A 4 FT. REACH.

Notice Date
1/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Crane Army Ammunitions Activity, ATTN: SJMCN-CT, 300 HIGHWAY 361, CRANE, IN 47522-5099
 
ZIP Code
47522-5099
 
Solicitation Number
W53W9L07T0008
 
Response Due
2/22/2007
 
Archive Date
4/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation is a Request for Quote (RFQ) number W53W9L-07-T-0008. IAW FAR 52.219-6, this requirement is 100% Set Aside for Small Business concerns. The solicitation document and inco rporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The Standard Industrial Class is 3536; NAICS is 333923; Small Business Standard is 500 employees: Any resultant contract shall be Firm-Fixed Price, and one a ward is anticipated. IAW FAR 52.247-34, shipping is FOB Destination; Inspection and Acceptance is at Destination, Crane Army Ammunition Activity Receiving Bldg 148, Crane, IN 47522. A technical evaluation shall be required in order to evaluate any equal o ffers. IAW FAR 52.211-6, Brand Name or equal, Line 001 description: Mfg P/N Model, Advanced manipulator Specialists EP/400, Qty (1ea), Balanced Manipulator to adjust to 5-inch, 6 inch and 8 inch projectiles. Minimum requirements: The balance manipulator a nd balance end-effector must have a 300-lb capacity, 48 inch vertical travel, 8 ft reach in which the horizontal boom and the extension arm are a 4 ft reach. Air supply requirement: 90 psi; anti drift brakes on all pivot joints. Must be capable of operatin g in an explosive environment, NEC Class 1, Div 1 and 2 Groups C and D and without bolting to a floor. A Certificate of weight test must be provided along with the following information: weight test procedure and a minimum of 110 percent of rated weight mu st be shown on certificate of weight test. Salient Characteristics: Adjustable weight dials in control box to be adjusted prior to each run. The end effector must be easy to use by operators with a power grip rotation and a power squeeze. Easily adjusted t o 5 inch, 6 inch and 8 inch. Pushbutton spacing minimum 1 inch; Pushbuttons to be labeled in accordance to its function. Pressure gauges and regulator, and controls to be located on the extension arm end. The maximum overall height is to be 88 inches tall. The extension arm must have a vertical drop 4 inches from the ground. Comes with operator, maintenance manual and control drawings. Delivery preferred by 3 Apr 07. Shipment must include an original invoice, packing slip. The following FAR clauses and prov isions apply to this acquisition: Offerors must comply with the following commercial item terms and conditions: FAR 52.212-2 Instructions to Offerors: Commercial, applies to this acquisition. Evaluation will be made in accordance with FAR 52.212-2, Evalua tion of Commercial Items; Evaluation criteria are price, test compliance results, Buy American Act Certificate; including remaining solicitation certification requirements including delivery terms. Contractor must submit a completed copy of the provision a t 52.212-3, Offeror Representations and Certifications  Commercial Items. FAR 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition. All FAR and DFARS clauses and provisions necessary to submit an offer (52.212-3, 252.212 -7000) may be accessed at: http://www.aqnet.gov/far or http://farsite.hill.af.mil/, https://www.bpn.gov. The following FAR and DFARS clauses and provisions shall apply to this acquisition: 52.252-2, 52.204-7, 52.211-6, 52.247-34, 252.204-7004 ALT A, 252-22 5-7000, 252.232-7010, 252.243-7001. The FAR clause 52.212-5 and paragraphs (a) and (b) therein, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, shall apply to this acquisition: 52.219-6, 52.219.23, 52.222- 3, 52.222-19, 52.222-21, 52.222-26, 52.222.36, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4. The DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) paragraph (b), shall apply to this acquisition: 252.204-7006, 252.225-7001, 252.225-7002, 252.225-7016, 252.232-7003, 252.247-7023 ALT III. Company must be CCR registered on Central Contractor Registration (CCR) before an award will be made. CCR may be accessed at web site http://www.ccr.gov. All quotes shall be clearly marked with RFQ number and emailed to Rachel.Eaggleston@us.army.mil or f axed to 812-854-4388.
 
Place of Performance
Address: Crane Army Ammunitions Activity ATTN: SJMCN-CT, 300 HIGHWAY 361 CRANE IN
Zip Code: 47522-5099
Country: US
 
Record
SN01217479-W 20070125/070123220800 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.