Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
MODIFICATION

39 -- The SMALL BUSINESS Set aside of solicitation W911RZ-07-Q-0010 is disolved with this Unrestricted solicitation inserted in its place.

Notice Date
9/14/2007
 
Notice Type
Modification
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-07-Q-0010
 
Response Due
9/20/2007
 
Archive Date
11/19/2007
 
Point of Contact
Edmond M. Rowan, Jr, 719 526 6632
 
E-Mail Address
ACA, Fort Carson
(edmond.rowan@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 solicitation is issued as a Best Value RFQ using Simplified Acquisition Procedures under the Test Program at Subpart 13.5. PLEASE NOTE: QUOTES MUST BE EMAILED TO FORT CARSON, COLORADO, edmond.rowan@us.army.mil, NLT 1200 PM MDLST 20 SEPTEMBER 2007. The Government intends to award to the responsible offeror(s) whose offer conforming to the synopsis/solicitation will be the most advantageous to the government based on the best value. Offers to this RFQ will be evaluated based on Availability of the requested requirement, Delivery time and Price considerations with all factors being equal. This solicitation document and incorporated provisions and clauses are those in effect through Federal A cquisition Circular 2004-25. This acquisition is UNRESTRICTED. The following clauses and provisions are incorporated and are to remain in full force in any resultant award: FAR Clause 52.204-7, 52.212-1, 52.212-4, 52.212-5, 52.233-4, 52.222-3, 52.222-19, 5 2.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 52.253-1; DFAR Clause 225-872-1, 252.204-7004, 252.212-7001, 252.225-7001, 252.229-7000. Each offeror shall include a completed copy of the provisions at FAR clause 52-21 2-3 Offerors Representations and Certifications - Commercial Items (May 04) with the quotation, the word document is available for download with these representation and certifications (And also in entire from: http://farsite.hill.af.mil/). 52-216-24 Limit ation of Government Liability, 52-232-33 Mandatory Information for Electronic Funds Transfer Payment. Copies of Clauses in full text may be found at the following website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm In addi tion to the quote please provide of delivery factor.. Award shall be made only to contractor who have registered with the Central Contractor. Registration at: http://www.ccr.gov/ Your offer must be submitted by email to edmond.rowan@us.army.mil REQUIREMENT DESCRIPTIONs and RFQ NUMBERS: W911RZ-07-Q-0010: CLIN 0001. Lean Lift Vertical Lift Module, 2460-825 OR EQUAL Unit HT: 2 ea. at 18 ft & 2 ea. at 16 ft. Unit Width 109.70in, Unit Depth 110.60 in, Ht of work surface 35.00in, Clear Ht of access opening 28.74in, Height sensors and Pan spacing 2.95in, Pans are galvanized/unslotted. Four point pan extractor suspension required. Pan payload capac ity 550 lbs max. Payload capacity 44,000 lbs. Each unit shall have light(s) at access. There will be a total of 150 pans. One (1) 18 foot unit will be used for sensitive storage requiring double key lock door(s). Remaining three (3) retrevers require one ( 1) lock on door. MP12D-S control panel attached at side of each unit. CLIN 0002. MP100D Central Control or equal MP100D Central control to group all four lean lift units together with a central control system. Capable of pulling inventory by part number, b ar code, and quantity. Capable of generating pick lists and knitting. CLIN 0003. Installation of Lean Lift and Central Control Box. Installation by Vendor of the four units Lean Lift and central control box. . One (1) sixteen (16) foot system will be locat ed in the North Part away from the other three (3) systems in the Southwest corner. Delivery and Instillation 120 days After Delivery of Contract CLIN 0004. Electrical Hook Up of System Hook up electrical to Ft Carson provided outlets. Power is four hundre d eighty (480) W. three (3) phase. Each vendor shall contact Allan Jackson at 719 526-2806 and coordinate an Electrician site visit on or after Friday twenty (20) July 07 for the purpose of gathering the data necessary for preparing a quote for this CLIN. 480 Electric source 100 amp panel, 3 phase bolt in breakers 4 wire Contractor is responsible for all material. A Site Visit is scheduled for 0900 AM MDLST 15 September 2007 at Bldg 8000. Fort Carson, CO Responses are due 201200 Sep 2007 (MST). Responses shall be submitted via e-mail to edmond.rowan@us.army.mil. Telephone requests or inquiries will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-07-Q-0010/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01408331-F 20070916/070915205531 (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.