Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOLICITATION NOTICE

39 -- REPAIR OF WAREHOUSE PALLET STORAGE RACKS, BLDG 73 WAREHOUSES A AND C, TOBYHANNA ARMY DEPOT, TOBYHANNA PA

Notice Date
3/10/2008
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-08-R-0005
 
Response Due
3/20/2008
 
Archive Date
5/19/2008
 
Point of Contact
JANE ALLARDYCE, (570)895-7645
 
E-Mail Address
Email your questions to US Army C-E LCMC, Tobyhanna Depot Contracting Office
(jane.allardyce@us.army.mil)
 
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. Solicitation number is W25G1V-08-R-0005 and must be referenced in all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 effective 28 February 2008 and Class Deviation 2005-o0001. This action is a 100% small business set-aside under NAICS 423830; small business size standard is 100 employees. DESCRIPTION OF REQUIREMENT: Contractor shall provide all supervision, labor, equipment, and materials for the repair of damaged Paltier racks and evaluation of e xisting rack system for recommendations for reinforcing structural integrity. Racks are located in Building 73, Warehouses A and C at Tobyhanna Army Depot. Approximately 105 frames need repair. SCOPE OF WORK: 1. Frames shall be cut and repaired where upright frames are damaged. Repairs to be made without removing pallets in the upper level of the system to minimize disruption of normal operation of the Warehouse. All front and back uprights to be repaired. 2. Install additional sp acers where quantity of row and wall spacers does not meet industry standards. 3. Repair parts shall: have a powder coat paint finish to match existing racks as close as possible; be punched with Paltier style key hole to match existing; have front po st protectors of 3/8 inch thick steel formed channel 12 inch high to reduce risk of future damage. All anchors to be included and to be 3/4 inch with front leg receiving two (2) anchors and rear leg receiving one (1) anchor. 4. Estimated number of r ack components includes: a. 29 - 3 foot high front leg bolt in replacement b. 92 - 3 foot high frame bolt in replacement c. 12 - 5 foot high frame bolt in replacement d. 1 - 4 foot high secondary bolt in replacement e. 114 - 19 inch long wall spacer tie f. 114 - 10 inch long wall spacer tie g. 399 - 8 inch long row spacers 5. Existing Paltier Rack System includes: a. Uprights - 36in deep x 16ft-6in high; Posts-3in x 1-1/2in deep b. Beams - 108in long x 4in d eep carry designation H4160; one (1) bay with beam length for single pallet c. Four (4) beam levels each bay d. Warehouse A: two (2) single rows and 13 double rows with each row comprising 18 bays (approximately 2520 pallet positions) e. Wareh ouse C: Two (2) single rows and eight (8) double rows with each row comprising 18 bays (approximately 1440 pallet positions) f. Rack system designed to hold pallets 48in x 4in, weight 1800 lbs.; maximum weight capacity 8,000 lbs per pair of beams. Environmental, Safety, and Security Requirements available as Attachment (1). Photographs of existing rack system available as Attachment (2). DOL Wage Determination No. 2005-2453 available as Attachment (3). Obtain documents from jane.allardyce@us. army.mil. PERIOD OF PERFORMANCE: 75 Days after receipt of contract TECHNICAL POINT OF CONTACT (TPOC): Terry Grant, 570/895-6852 FOB: Destination The following clauses and provisions are applicable to this acquisition: FAR 52.252 -2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors - Com mercial Items FAR 52.212-2, Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Award decision will be based on a trade-off between past performance and price. Past performance will consider the quality and delivery o f the services provided by the offeror. Past performance is the sole non-cost evaluation factor. Award may not necessarily be made to the lowest priced offer. Offerors shall provide with their offer three examples of similar services performed within th e past three years. Examples shall include: name of customer; service performed; total price; date of service; and customer point of contact and telephone number. FAR 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items. F AR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) FAR 52.203-3, Gratuities FAR 52.203-6 ALT 1, Restri ctions on Subcontractor Sales to the Government FAR 52.215-5, Facsimile Proposals (FAX Number: 570/895-6782) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.222-3, Convict Labo r FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and other Eligible Veterans FAR 52.222-42, Statement of Equivalent Rates for Federal Hires Employe e Class: WG-05, Monetary Wage: $16.43/hour FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.227-1, Authorization and Consent FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227 -3, Patent Indemnity FAR 52.228-5, Insurance -- Work on a Government Installation Employer's liability coverage of at least $100,000; minimum auto coverage $200,000 per person and $500,000 per occurrence for Bodily Injury and $20,000 per occurrence f or Property Damage. FAR 52.232-33, Payment by Electronic Funds Transfer FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34, FOB Destination DFAR 252.2 04-7004, Alternate A DFAR 252.212-7000, Offer Representations and Certifications - Commercial Items DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial I tems (DEV) DFAR 252.225-7001, Buy American Act and Balance of Payments Program DFAR 252.232-7003, Electronic Submission of Payment Requests DFAR 252.247-7023, Transportation of Supplies by Sea Parties interested in responding to Solicitat ion are requested to complete a Standard Form (SF)1449 (available at http://www.forms.gov ), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, b, and c; the quote must be signed by a company official authorized to contractually bind the company. O fferors shall include the full text provision FAR 52.212-3 ALT I (Offeror Representations and Certifications --Commercial Services), completely filled out, as well as DFARS 252.212-7000, (Offeror Representations and Certifications-Commercial Services). Ful l text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/ ; FAR only at http://www.arnet.gov/far; or DFARS only at http://www.acq.osd.mil/dpap/dars/dfars/index.htm/. National Environmental Policy Act (NEPA), Depot Security, Depot Safety, and Wide Area Workflow (WAWF) requirements and DOL Wage Determination No. 2005-2453 apply to this action and are available from jane.allardyce@us.army.mil as A ttachments (1) and (3). Offerors must obtain these documents and address them in their proposal. Photographs of existing rack system are also available as Attachment (2), if required. Supporting documentation (i.e., Past Performance information) must be submitted with your proposal. It is recommended that the completed SF1449 be Faxed (570-895-6782). Alternatively, a signed, scanned SF1449 can be sent electronically (e-mail) to jane.allardyce@us.army.mil. The proposal and and supporting documentation should be submitted electronically to jane.allardyce@us.army.mil to be received by 20 March 2008 @ 4:00 P.M. Point of Contact: Jane Allardyce, 570-895-7645 Email your questions to US Army C-E LCMC, Tobyhanna Depot Contracting Office at jane.allardyc e@us.army.mil Place of Performance Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA Postal Code: 18466-5100 Country: US
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
Country: US
 
Record
SN01528444-W 20080312/080310224648 (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.