Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

39 -- Warehouse Storage System, Conveyor, and Premium Warehouse Pallets

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0042
 
Response Due
8/17/2007
 
Archive Date
10/16/2007
 
Small Business Set-Aside
Partial 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. This is a Combined Synopsis/Solicitation for the purchase of a commercial item, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information inc luded in this notice. This announcement constitutes the only solicitation to be made. Request for Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0042 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070327. This requirement is for a Warehouse Storage System, Conveyor, and Premium Warehouse Pallets with a NA ICS Code of 423840 and a corresponding size standard of 100 employees. FAR 52.211-6 Brand Name or equal does not apply to this solicitation. The description of the requested commercial item is for three Contract Line Item Numbers and reads as follows: CLI N 0001, 1 Each; Warehouse Storage System with Push Back Racks. CLIN 0002, 10 each; 10X48 Roller Conveyor with adjustable Legs. CLIN 0003, 330 Each, Premium Warehouse Grade Wooden Pallets. The minimum salient characteristics for CLIN 0001 are: Gravity Fed move to the front pallet storage system. System shall consist of 11 Bays of Double wide, 3 high, & 5 Deep (or 22 Each Single, 3 High, & 5 Pallets deep. See Attachment I) Push Back Rack that will allow storage of 330 new pallets or 990 transit cases, Rack system is to support 3,000 lbs per position System is to include all Parts and Hardware required including: Adjustable pallet rack, All framework, Push-back carts, Mats, Tracking & Support materials. The minimum salient characteristics for CLIN 000 2 are: 10 Each Sections of 10X48 Roller Conveyor with adjustable Legs for operation from 30 to 36 off the ground and allow gravity feed from one of conveyor to the other end. Sections must have method to interlocking to build up to 100 continuous flow conveyor. The minimum salient characteristics for CLIN 0003 are: Premium Warehouse Grade wooden Pallets (48 X42) with Two Way Entry, with Solid Plywood Tops. Plywood shall be at least 5/8 thick. Pallets shall be Premium Warehouse Grade. Pallets shal l be able to handle loads up to 3000 lbs per pallet. All Pricing shall be Fob Destination to Zip Code 98433. Contractor shall provide with Quotes, Manufacturer, Place of Manufacture, Country of Origin, Delivery time ARO. Acceptance will be at the destinat ion. The selection resulting from this Request for Quotes shall be made on the basis of the lowest priced, technically acceptable Quotes from a responsible offeror with acceptable or neutral past performance. Past performance will be evaluated using a Pe rformance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past perf ormance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are not presently available for t his acquisition. No purchase order will be issued until appropriated funds are made available. Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local clause-52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle ac cess to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identificat ion badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certific ations - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statu tes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 5 2.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is app licable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.225-7021,252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Noti ces, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far if quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of 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 obtainin g any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. Quotes are due on , 2007 at 4:30 PM. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Max D Putnam, Contract Specialist, max.d.putnam@us.army.mil, 253-966-0175. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for downloa d from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc- and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation. For copy of Attachment I either email request with full Contact infor mation to: max.d.putnam@us.army.mil or download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc-
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01356452-W 20070801/070730221740 (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.