Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

39 -- CRANE BRIDGE SYSTEM

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Pine Bluff, ATTN: AMSSB-ACP, 10020 Kabrich Circle, Pine Bluff, AR 71602-9500
 
ZIP Code
71602-9500
 
Solicitation Number
W911RP-07-T-0211
 
Response Due
9/28/2007
 
Archive Date
11/27/2007
 
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. This combined synopsis/solicitation is for the purchase and installation of 3 each Gorbel Bridge Crane Systems for M17 Decon line in Bldg. 32-210. This solicitation is issued as a reques t for quotations (RFQ) under W911RP-07-T-0211. This request for quotations and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This action is set aside for small business; the NAICS code and applicabl e size standard is 335314 and 750 employees. A fixed price contract is anticipated. Prices submitted are to be FOB Destination and for CLIN 0001 - 3 each, each system shall consist of a freestanding bridge crane, single phase electric chain hoist and all necessary control pendants, festoons and wiring to make a complete system. Pricing shall include all labor and material to install and make utility connections. Furthermore the installation of all 3 systems shall be accomplished within 4 working days fr om day installation begins. Contractor must provide his own tools and equipment to include man lifts, ladders and material handling equipment. Wiring must be IAW current electical code. System 1 & 2 shall each span 1 work bay sized approximately 19 ft X 18 ft wide X 12 ft high. Each will be identical except for minor dimensional limitations that may be caused by the physical layout of the building structure. The bridge can span either the 19 ft direction or the 18 ft direction. Each system shall have a 2000 lb capacity bridge equipped with a 1000 lb capacity hoist. The hoist shall have a minimum 15 ft/minute lift speed. The contractor shall be responsible for measuring the area where the systems will be installed to assure all equipment will fit the area properly. The contractor shall coordinate with PBA to relocate any light fixtures, heaters, or other items that may interfere with the installation of the crane. PBA shall be responsible for relocating such items. Alternatively, systems 1& 2 can be combined to span 2 bays with 1 bridge per bay. If this option is chosen, the system will be identical to System 3 with exception of minor dimensional limitations that may be caused by the physical layout of the building structure. System 3 shall span 2 entire work bays with 1 bridge per bay. The 2 bay are approximately 19 ft X 36 ft with 12 ft clearance height. The contractor shall be responsible for measuring the area where the system will be installed to assure all the equipment will fit properly. The system shall have 2 each 2000 lb capacity bridges equiped with 1 each 1000 lb capacity hoists. The hoists shall have a minimum 15 ft/minute lift speed. The bridges shall span the 19 ft direction. The contractor shall coordinate with PBA to relocate any light fixtures, heaters, or other items that may interfere with installation of the crane. PBA shall be responsible for relocating such items. The Contractor shall supply safety certifications for each system good for one year from the time of instal lation. The Contractor shall also supply an operators manual complete with a Job Safety Anaylsis and parts list. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mi l/ and/or http://www.arnet.gov/far. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (no addenda), and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (must be completed) apply to this acquisition. FAR 52.212-2, Evaluation-Commercial Items {Technical Capability - Offeror shall meet the technical requirements of the solicitation; Past Performance/Delivery - Offe ror shall be regularly engaged in this type of work and offeror can meet or exceed our required delivery; and Cost. Technical and Past Performance/Delivery, when combined, are of greater importance than cost} apply to this acquisition. Clause FAR 52.212-4 , Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Notice of T otal Small Business Set-Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteras of Vietnam E ra and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disablities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchas es; 52.225-1, Buy American Act Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acq uisitions of Commercial Items applies with the following applicable clauses in paragraph (b); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Dosmetics Commodities; and 252.232-7003, Electronic Submissio n of Payment Requests. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors busine ss name, complete mailing and remittance addresses, unit and extended price per CLIN, discount terms, DUNS number, and Tax Identification Number. QUOTES MAY BE SUBMITTED by Email, fax, or mail. If you are intereseted, please contact Vonda S. Reeves, Tele phone Number (telephonic requests for information are discouraged); 870-540-3042; Email: vonda.s.reeves@us.army.mil; or Fax: 870-540-3730. Quotes must be received at Department of the Army, Pine Bluff Arsenal, 10020 Kabrich Circle, ATTN: AMSRD-ACC-P, Pin e Bluff, AR 71602, no later than 28 September 2007, 10:00 a.m. NOTE 1.
 
Place of Performance
Address: RDECOM Acquisition Center - Pine Bluff ATTN: AMSSB-ACP, 10020 Kabrich Circle Pine Bluff AR
Zip Code: 71602-9500
Country: US
 
Record
SN01409653-W 20070919/070917221355 (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.