Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
DOCUMENT

39 -- Forklift Combi Picker Solicitation - Attachment 1 - Facility Layout

Notice Date
9/4/2008
 
Notice Type
Attachment 1 - Facility Layout
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
FA5587-08-Q-NS50
 
Archive Date
9/27/2008
 
Point of Contact
Nathan S. Taylor,, Phone: 011 44 (0)1638-52-2217, Aaron C Rutland,, Phone: 44 (0)1638 521990
 
E-Mail Address
nathan.taylor@lakenheath.af.mil, aaron.rutland@lakenheath.af.mil
 
Small Business Set-Aside
N/A
 
Description
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. This solicitation is issued as a Request for Proposal (RFP) No, FA5587-08-Q-NS50. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-26. There is no set aside for this solicitation. The North American Industry Classification System code (NAICS) is 333924, with a size standard of 750 employees. CONTRACT LINE ITEM: 0001: Forklift as referenced in Section 1.2.1 and 1.2.1.1. of the Performance Work Statement (PWS). QTY: 1 EA, UNIT Price: $_____________, Extended Price: $___________. CONTRACT LINE ITEM: 0002: Combi Picker as referenced in Section 1.2.1. and 1.2.1.2. of the PWS. QTY: 1 EA, UNIT Price: $_____________, Extended Price: $___________. CONTRACT LINE ITEM: 0003: Automated Guidance System as referenced in Section 1.3. of the PWS. QTY: 1 LS, UNIT Price: $_____________, Extended Price: $___________. CONTRACT LINE ITEM: 0004: Installation of the Equipment, as outlined in the PWS. QTY: 1 LS, UNIT Price: $_____________, Extended Price: $___________. I. Description of Services/General Information (definitions, etc) 1.1. SCOPE OF THE STATEMENT OF WORK 1.1.1, This is a non-personal service, non-instructional contract. The Contractor shall provide all equipment, labor, and services required to install the following equipment referenced in section 1.2 of this Statement of Work. The equipment shall be compatible with the automated guidance system included under Section 1.3 of this Statement of Work. They vendor shall also provide all equipment, labor, and expertise necessary to install all the equipment listed in Sections 1.2 and 1.3 of this Statement of Work. 1.1.2. In keeping with current US fiscal law, and as this is funded with Operations and Maintenance Funding, the vendor shall be obligated to commence performance for this requirement prior to 30 Nov 2008. While the current delivery/installation of this requirement allows the vendor 160 days to complete all referenced work on the primary Sections, (1.2 and 1.3), they shall be obligated to provide the Contracting Officer, (48th CONS), some formal documentation listing that they had commenced work, (ordering supplies for equipment in Section 1.2 - commenced planning for Section 1.3). This confirmation shall be provided to the contracting office prior to 01 Dec 2008. It shall be the Contracting Officer's discretion as to what shall provide sufficient validation for commencement of performance. Failure to provide sufficient documentation to validate the bona fide need rule may result in the cancellation of this award. 1.2. PRIMARY PICKER TRUCK AND COMBI TRUCK REQUIREMENT 1.2.1. The vendor shall provide one (1) Picker Truck and (1) Combi Truck, that are able to rise to a maximum height of 20ft/6.096m. Also, the Picker Truck shall not be wider than 43.5in/1104.9mm to accommodate the warehouse aisles. The Combi Truck shall not exceed 51in/1295.4mm in width to accommodate warehouse aisles. This allows full mobility and access to personnel utilizing this equipment. This equipment shall also have an automated driving feature, to minimize potential accidents and damages. This feature shall be further delineated under Section 1.3 of this Statement of Work. Both pieces of equipment shall also include appropriate safety measures, as are appropriate for Commercial operation of the referenced equipment. This equipment shall be sold, and become the sole property of the government, at the time of delivery as listed in the attached Solicitation. This equipment shall be delivered to the end user, (48th LRS), prior to 160 days from the date of the award. 1.2.1.1. Picker Truck Features. The proposed Picker Truck for this requirement shall be obligated to have the following minimum features. It shall meet the maximum size requirements listed under Section 1.2.1. It shall also have a minimum lifting capacity of 1350 kg @ 600 mm. The equipment shall also have a minimum battery capacity of 48 Volts 620Ah and a 12hr battery charger. Item must also be equipped with a seat belt, lights, and horn. Please see attached drawing for further information. 1.2.1.2. Combi Truck Features. The combi truck for this requirement shall be obligated to have the requirements listed in 1.2.1. Additionally, it shall have a load capacity of 1350Kg at 600mm. It must also have a 12hr battery, a seat belt, lights, and a horn. Please see attached drawing for more information. 1.3. AUTOMATED GUIDANCE SYSTEM. 1.3.1. The vendor shall provide and install an automated guidance system for the equipment referenced under Section 1.2. of the Statement of Work. The automated system shall only cover the actual movement of the Combi Truck and the Picker Truck referenced in Section 1.2, it shall not include the automation of the actual operation of lifting/shifting equipment with the aforementioned equipment. The automated system may be reliant on guide path subsidiary equipment, automation software, or any other proposed method of automating the equipment, (subject to the Contracting Officer pertinent office's approval - See Section 1.3.2. for further data on this), but the automation system shall not prohibit other forklifts or Combi Trucks or Picker Trucks from being utilized in the performance of work in the same area. It shall be the government's sole discretion as to what constitutes intrusive or restrictive guidance systems. Vendors are encouraged to propose their own methods of automating their equipment, but, after the time of award, shall be restricted in using only the approved method in automating the equipment. Substantial changes or revisions to the automation system may only be made with the approval of the Contracting Officer. While the subject equipment shall become the full property of the government at time of installation, the vendors shall retain any proprietary or patented data rights, during and after time of award, and the government agrees not to attempt to link any new equipment into the proposed system, without an equitable adjustment in the vendor's favor, during the duration of this contract. 1.3.2. Examples of pertinent office's referenced above shall be dependent on the vendor's proposed system. In example - For automated computer programs in Section 1.2 or 1.3 of the requirement, 48th Communication shall be obliged to provide approval, for physical alteration of the subject building, 48th Civil Engineering Squadron shall be required to be coordinated. It shall be the sole responsibility of the government, (48th LRS and 48th Contracting), to ensure timely processing of any coordination's made, provided the vendor submits their data prior to the close date of this solicitation. The government expects, and reserves the right to request clarifications with any, none, or all vendors who submit proposals for this requirement. Vendors are reminded that as this is funded with Operations and Maintenance funding, insufficient responsiveness on the part of the vendor in the course of the clarifications may result in this award not being properly clarified, and no award being made. 1.3.3. Diagram of proposed guidance array area. The attached diagram, (attachment 1), lists the full area and dimensions which the vendor's equipment shall be obligated to service for the duration of this contract. The vendor shall ensure that their system is fully compatible with the referenced area of the subject diagram. 1.3.4. Due to Operational Tempo requirements, the installation of any guidance/alteration of the hard facilities at the 48th LRS, and referenced in the attached diagram, shall not exceed a time period of 30 days on site at RAF Lakenheath. Any computer automation done off installation is automatically unencumbered by this Section of the Statement of Work. The government shall coordinate a delivery, once both the 48th LRS and the vendor have reached an acceptable time frame to commence performance. The contractor shall then have no more then 30 days to complete performance of the installation of any actual physical modification needed for the automation portion of this requirement. 1.4. ADDITIONAL INFORMATION. 1.4.1. The government reserves the right to incorporate potential revisions/proposals submitted by the vendor into the final Statement of Work issued as the offer to the vendor at the time of contract award. II Services Summary 2.1. Quality Control. The contractor shall be responsible for the creation and format of the quality control plan. This plan should be clearly understandable and compliant with current Air Force policy for Performance Based Services, Air Force Instruction 63-124. 2.2. The vendor shall propose a primary POC, at the time of their proposal, to handle the full maintenance and repair of the subject requirement. This POC shall be expected to coordinate the proposed installation schedule proposed by the vendor with both the Contracting Specialist POC and the 48th LRS POC. The government reserves the right to conduct progress meetings in the event of major difficulties between the end user, (48th LRS) and the vendor. It is strongly encouraged that both the government end user, (48th LRS), and the contractor work towards cooperation in meeting one another's needs. 2.3. As this is a non-personnel service contract, the contractor employees shall obey the correct procedures for correcting discrepancies. Any work or problems, concerns raised by either government personnel or end users should be directed solely to the administering contracting specialist of this award. The vendor's employees shall not perform any additional labor on equipment not listed under Section 1.2 or 1.3 of this Statement of Work under this contract. No major modifications to the scope of the work shall be performed by the contractors without prior approval of a warranted contracting officer. Any confusions or discrepancies to the full extent of the work to be conducted by the employees of the contractor's firm under this award should be directed to the primary vendor POC, and communicated to the 48th Contracting POC prior to performance. The contractor is to brief their employees of this matter, by providing a copy of this Statement of Work to them, prior to commencement of work. III Government Furnished Property and Services: The government will provide the facilities, fixtures, equipment, materials and services listed here. 3.1. PROPERTY. 3.1.1. FACILITIES: No facilities or space shall be provided for the Contractor, during the duration of the contract. The contractor shall be obligated to provide all installation materials and services during the performance of the work of this contract on site. The contractor shall be required to perform the installation at the end user's, (48th LRS), location, on RAF Lakenheath. 3.2. GOVERNMENT FURNISHED MATERIALS. 3.2.1. Dependent on the frequency and duration of the proposed installation, Identification cards may be issued to certain contractor personnel by the base. Identification cards (Uniformed Services Identification and Privileges Card, DD 1173, 1 March 1961 or latest edition) for commissary and Post Exchange privileges shall not be issued. The 48th LRS shall be responsible for coordination of these requirements, under the supervision and direction of the 48th LRS Resource Advisor. 3.3. SERVICES PROVIDED BY THE GOVERNMENT FOR CONTRACTOR PERSONEL 3.3.1. Work related injuries and illnesses will be covered by the installation and emergency medical facilities and services will be available strictly on a reimbursable basis, and only in the case of life threatening injury. IV Work Load Estimates, Labor Hours 4.1.1. Work Load Estimate / Labor Hours. The vendor shall be obliged to submit this data, as part of their solicitation. The final offer, made at the time of contract award, shall outline the expectations of the government for completing the requirement. The contractor shall confirm their acceptance of these terms, at time of contract award. QUALITY ASSURANCE. In accordance with FAR 52.212-4(a) Inspection /Acceptance, the government will evaluate the contractors performance under this contract. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions Commercial Items (FEB 2007), for contractors failure to perform satisfactory services or failure to correct nonconforming services. INSPECTION AND ACCEPTANCE TERMS: Supplies will be inspected and accepted at destination/government. The equipment shall be installed and delivered, in accordance with the above Statement of Work, to the 48th LRS Warehouse, Bldg 1035 on RAF Lakenheath. EVALUATION PROCEDURES: The Government will select the best overall value based on lowest price technically acceptable. Technical capability will be evaluated from the submitted equipment proposals, (See Sections 1.2. and 1.3.). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 Alt I can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). For a full listing of the following applicable FAR/DFAR/AFFAR Provisions and Clauses, please go to www.farsite.hill.af.mil. FAR PROVISIONS: The following FAR, DFAR, and AFFAR provisions are incorporated by reference into the solicitation: 52.212-1, 52.215-1 Alt I, 52.215-5, 52.237-1, 52.252-1, 52.252-5, 252.209-7002, 252.225-7042, 252.247-7023, 5352.225-9004. The following FAR and DFAR Provisions are incorporated in full: 52.212-3 Alt I, 52.215-6, 52.233-2, 252.212-7000, 252.212-7001. The following FAR, DFAR, and AFFAR CLAUSES are incorporated by reference into the solicitation: 52.202-1, 52.203-3, 52.203-6 Alt I, 52.203-12, 52.204-4, 52.204-7, 52.209-6, 52.212-4, 52.223-3, 52.229-6, 52.232-1, 52.232-17, 52.232-33, 52.233-1, 52.233-3, 52.233-4, 52.237-2, 52.242-13, 52.243-1 Alt II, 52.246-2, 52.246-4, 52.246-17, 52.247-34, 52.249-2, 252.204-7004 Alt A, 252.204-7006, 252.212-7001 (Dev), 252.222-7002, 252.223-7006, 252.225-7033, 252.225-7043, 252.229-7000, 252.229-7006, 252.229-7007, 252.229-7008, 252.232-7003, 252.232-7008, 252.232-7010, 252.233-7001, 252.243-7001, 5352.201-9101, 5352.223-9001. The attached FAR, Clauses are incorporated in full into the solicitation: 52.212-5(DEV), 52.222-50, 52.252-2, 52.252-6. NOTICE TO OFFERORS: SITE VISIT: A site visit will be conducted for this requirement on the 11th of September, 2008, at 11:00 a.m. Greenwhich Mean Time. Interested Vendors should contact SSgt Nathan Taylor at 011 44 (0)1638-52-2217 prior to 10:30 a.m. on this date to ensure proper coordination, to be able to access the installation. All responses (proposals or offers) must be received by mail, email, or facsimile no later than 4:00 P.M. EST on 12 Sep 2008 to 48th CONS/LGCB, Bldg 977, Boston Drive, RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom. An official authorized person to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 001-888-227-2423. Questions concerning this solicitation should be addressed to SSgt Nathan Taylor, Contract Specialist, Phone 01638-52-2217, FAX 01638-52-2189, E-mail to nathan.taylor@lakenheath.af.mil or TSgt Aaron Rutland, Contracting Officer, Phone 01638-52-2250, FAX 01638-52-2217, E-mail to:aaron.rutland@lakenheath.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6523a3abf1963a08290904fd533606a7&tab=core&_cview=1)
 
Document(s)
Attachment 1 - Facility Layout
 
File Name: Facility Layout for Guidance System (Whse Diagram.pdf)
Link: https://www.fbo.gov//utils/view?id=8bc77d2f51807e887cf5d741e4483e09
Bytes: 403.67 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 100 LRS Warehouse, Bldg 1035, RAF Lakenheath, Brandon, Suffolk, Non-U.S., IP27 9PN, United Kingdom
 
Record
SN01660427-W 20080906/080904223247-6523a3abf1963a08290904fd533606a7 (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.