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
MODIFICATION

61 -- Remove and Replace Uniope Control Panels

Notice Date
3/10/2008
 
Notice Type
Modification
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-08-T-0060
 
Response Due
3/25/2008
 
Point of Contact
Roberta Witmer, Contract Specialist , Phone 717 770-7126, Fax 717 770-5689
 
E-Mail Address
Roberta.Witmer@dla.mil
 
Description
THE CLOSING DATE HAS BEEN EXTENDED UNTIL 25 MARCH 2008 AT 3:00 PM EST. The Defense Distribution Depot Red River, Texarkana, TX (DDRT) has a requirement for a contractor to provide labor and material to remove existing Uniope control panels on the conveyor systems and replace with Allen Bradley components. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-23, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080124 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2008-02 and (FARS Dev 2007-01). The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. This acquisition is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 334419 and the associated size standard is 500 employees. This solicitation is issued as Request for Quotation (RFQ)SP3100-08-T-0060. Contractor shall provide all equipment, labor, and material, to remove existing Uniope control panels on the conveyor systems in Zones 4 & 5 and replace with Allen Bradley components. (a) Contractor will need to provide all services, supplies, equipment, labor and parts required to remove two (2) (VTT-VGA-0045) large panels from the master controller in Zone 5 along with four (4) small (VTT-VGA-0045) line controls and one large line control panel. In Zone 4, there are ten (10) small panel view screens on the conveyors lines and one large panel in the master control panel. (b) The contractor will replace all old Uniope panels with new Allen Bradley brand panels and reconfigure the wire to the control for Most Efficient Method of Operation. (c) Contractor will program the system to operate as designed for PPP&M material movement during preparation of shipment. (d) The contractor shall be responsible for removal and disposal of all debris removed during this service. (e) The contractor will adhere to all OSHA requirements and Host facility Safety/Environmental requirements. (f) The contractor will provide name of company, company location/address; names of employees and picture identification for badge/pass preparation. Hours. Work shall be performed during regular duty hours Monday through Friday from 7:00AM to 7:30 PM. The contractor will provide twenty four hour notice prior notice of schedule ser vices for depot passes and work coordination. NOTE: The following equipment requires immediate services: ZONE #5 has 3 each ETT-VGA-0045 large panels; measurements are 12-1/4" x 8-1/2". ZONE #5 has 4 each ETT-VGA-0045 small panels; measurements are 8-1/2" x 6-1/2" 2. ZONE #4 has 10 each ETT-VGA-0045 small panels; measurements are 8-1/2" x 6-1/2" 2. ZONE #4 has 2 each ETT-VGA-0045 large panels; measurements are 12-1/4" x 8-1/2". These panels are mounted in HOFFMAN Case Catalog No. C-12C16; enclosure type 12 and 13. The processors are SLC 5/03 CPU. PRICE FOR THE JOB - $_________________________________ Brand name justification: The Allen Bradley components are the only brand that meets the requirements to upgrade the Uniope control panels. Any other brand would not be compatible or adaptable to the current system. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at: http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are hereby deleted from this provision: (e) Multiple Offers (i) Availability of requirements documents cited in the solicitation. Price quotes and the certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00 PM EST, 10 MARCH 2008: (1) email to: Roberta.Witmer@dla.mil (2) fax to: 717-770-7591, ATTN: Roberta Witmer, or (3) mail to: Defense Distribution Center, Acquisition Operations, DDC-AB, 2001 Mission Drive, Building 404, New Cumberland, PA 17070-5000 NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov. FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition. The Government intends to award a Firm-Fixed price contract resulting from this Request for Quotation to the responsible offeror whose offer is the lowest price which meets products requirements. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 with their proposal or indicate that they have completed their registration on the internet at http://orca.bpn.gov. Failure to include this information with their price proposal may result in the proposal being eliminated from consideration for award. FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Addenda to FAR 52.212-4: 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels DFARS 252-212-7000 Offeror Representations and Certifications-Commercial Items applies to this acquisitions. DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items The following additional DFARS clause is applicable to this acquisition: 252-225-7036 Alt I, Buy American Act-Free Trade Agreements, Balance of Payments Program NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAR-2008); 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/DLA/J3/DDC/SP3100-08-T-0060/listing.html)
 
Place of Performance
Address: Defense Distribution Depot Red River Texarkana, TX
Zip Code: 75507
Country: UNITED STATES
 
Record
SN01528794-F 20080312/080310230210 (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.