Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
MODIFICATION

49 -- Vehicle Lift Purchase, Installation, and Relocation

Notice Date
8/6/2007
 
Notice Type
Modification
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1B3V17177A001
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Point of Contact
Joshua Stone, Contract Administrator, Phone 580-481-6217, Fax 580-481-5138, - Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-5838, Fax 580-481-5138,
 
E-Mail Address
joshua.stone@altus.af.mil, charles.peterson@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
*** Added to the part number for the new lift to be purchased should be Hunter L421-43 Lift with Option # 20-1587-1 Runway extensions & filler plates (or equal). This was left out by mistake. *** 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. Solicitation number F1B3V17177A001 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 15 May 07. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 333319, with less than 500 employees. Statement of Work: STATEMENT OF WORK Remove, Relocate, Install Vehicle Lifts, Bldg 353 1. SCOPE: The contractor shall provide Hunter brand Model L421-43 Four Post Allignment Lift with Option # 20-1587-1 Runway extensions & filler plates (or equal) referenced in section 2.3 below and all labor, tools, equipment and materials necessary to install it to fully operational condition, including all necessary certifications. One (1) lift, New Grand brand, Model FP12L shall be removed and disassembled and left on site. One (1) lift, Hunter brand Model: L424 -16000, shall be moved and reinstalled where New Grand brand, Model FP12L was located. Hunter brand Model L421-43 Four Post Allignment Lift with Option # 20-1587-1 Runway extensions & filler plates (or equal), new lift will be installed where the Hunter brand Model L424-16000 was previously located. All work shall be accomplished in Building 353, Vehicle Maintenance Facility, Altus AFB OK. 2. PRINCIPAL FEATURES: The work to be accomplished consists, in general, of the following principal items. This does not mean that the work consists only of these items, but that it consists of these principal items along with all incidental minor work which becomes necessary to complete in order to accomplish the overall project in a satisfactory and workmanlike manner meeting the approval of the Contracting Officer. Three lifts and two maintenance bays are involved in required work plan. Three lifts and their current locations, with required work to be accomplished by the contractor are explained in the following paragraphs. 2.1. Lift # 1: 12,000lb lift made by New Grand, Model: FP12L located in Customer Service Center, Building 353. This lift is condemned because of metal fatigue. The unit will be unbolted from the ground anchors and the electrical power source will be disconnected. The condemned lift will be un-assembled and turned over to Vehicle Maintenance personnel. 97 LRS/LGRV is responsible to properly turn the condemned lift into 97 LRS/LGRM for DRMO action, clearing liability of Flight's equipment account. 2.2. Lift # 2: 16,000 lb lift made by Hunter Engineering Inc model #L424-16000. Unit is located in last maintenance bay in Building 353 (south end of building). The lift is serviceable and in good working order, but it can no longer accomplish wheel alignment functions on new long bed pick up trucks because of increased length of wheel bases. Some vehicles are too long for current lift. Contractor will remove the lift from its floor anchors and disconnect electrical power. The lift will be moved into the Customer Service Stall in building 353 (northwest comer of building). The Lift will be installed, anchored and electrical power will be reinstalled. After installation, lift will be tested and safety certified. 2.3. Lift # 3 (New lift purchased by Contractor): 14,000 lb lift made by Hunter Engineering Inc Model #L421-43 Open Front with Option # 20-1587-1 Runway extensions & filler plates (or equal). This new lift will enable flight to accomplish all front end alignment requirements as the increased length will allow total fleet to be serviced. Contractor will assemble, anchor, install provided electrical power, test, level the lift for alignment use and issue safety certification to 97 LRS/LGRV. Lift will be installed in bay where lift #2 was located, last maintenance bay (south end) in building 353. 2.4. The contractor shall ensure the installation of all equipment and items meet the most current version of the NEC, NFPA and IBC. Finished surfaces shall match existing in material, color and quality, as applicable 2.5. The contractor shall proceed with the work in a continuous and diligent manner. All items required to complete the work shall be in the contractor's possession and the contractor shall proceed with the installation without interruptions. Night, weekend or holiday work must be approved in advance, and will be kept to an absolute minimum. 2.6. Both maintenance bays where the installation of lifts is involved have an electrical power source already dropped down from the ceiling. Contractor will be responsible for reinstalling hook ups and ensuring the lifts meet all local and Air Force requirements 2.7. Both maintenance bays where the work is going to be conducted are already equipped with similar lifts. The electrical power requirements of all three lifts have been checked and are all same voltage. 3. GOVERNMENT FURNISHED PROPERTY: One Hunter Model L424-16000 Four Post Vehicle Lift, Serial Number: FM6912. One New Grand Model FP12L 12,000 lb. lift. 4. CONTRACTOR RESPONSIBILITIES: The contractor shall become familiar with the work area and requirements. They will verify all field measurements for work to be accomplished to include surface measurements, material required, other necessary components, accessories, and/or equipment to provide complete and fully operational systems, and shall provide at least minimal or basic operating instructions for the customer or users. The contractor shall coordinate all operations with the building facility manager and contract administrator as well as the customer as defined below. 4.1. The successful vendor shall provide detail drawing(s) showing position and configuration of all new work and equipment upon completion of installation. Contractor is required to accomplish their work during normal duty hours of vehicle maintenance facility which is Monday through Friday between the hours of 7:00 am and 4:00 pm. 4.2. The contractor shall maintain a safe working area at all times. All debris shall be removed from the work site on a continuous and daily basis, as necessary to maintain a safe working area. The work area shall be cleaned and debris removed when the project is completed, before final inspection and acceptance. 4.3. There may not be any identified asbestos or lead based paint located at the work site, nor will the contractor incorporate those materials into the work. 5. GENERAL: All work on this contract shall be performed in accordance with the manufacturer?s installation specifications and procedures for each type of work required. When work is not covered by specifications, said work shall be performed in accordance with the manufacturers ?written? specifications, installation instructions or performance procedures. 6. SUBIMITTALS: Contractor?s drawings, brochures or catalog cuts, hardware finish samples and color sample, etc. END SOW All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor. Registration at: http://www.ccr.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Joshua Stone 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-6217,send a fax to (580) 481-5138, or e-mail to: joshua.stone@altus.af.mil 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. A site visit is scheduled for Thursday, 16 August 2007 at 1300 (1:00 PM) in the contracting building (302) on Altus AFB. RSVP to one of the POC listed above prior to the site visit. Please be at the south gate by 1230 to be picked up and brought on base. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.211-6, Brand Name or Equal, (AUG 99); FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1600 (04:00 P.M.) CDT, 30 August 2007. Submit signed and dated quotations on company letterhead or quotation form. Please include your CAGE Code with your quote. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) with the quotation if no ORCA is available. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2006);FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (JUN 03);DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFF ARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations.; FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); FAR Clause 52.233-3 Protest After Award (AUG 1996); FAR Clause 52.247-34 F.o.B. Destination (NOV 91); FAR Clause 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 84); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1,FAR Clause 52.252-6 Authorized Deviations in Clauses (APR 84); Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed.
 
Place of Performance
Address: Altus AFB, OK
Zip Code: 73523
Country: UNITED STATES
 
Record
SN01363208-W 20070808/070806220754 (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.