Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

71 -- Purchase & installations of two modular construction vertical Lift module, high-density storage, unlimited drawer configuration, computer-based operation, flexible management software, fast picking capabilities.

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 148 FW/LGC, 148 FW/LGC, 4625 Deuce Avenue, Duluth, MN 55811-6012
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM-F6P2MG8220A001
 
Response Due
9/25/2008
 
Archive Date
11/24/2008
 
Point of Contact
Tana Brown, 218-788-7241<br />
 
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. Solicitation Number: F6P2MG8220A001 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. NOTICE TO OFFEROR: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. AWARD IS CONTINGENT UPON FUNDS BECOMING AVAILABLE ON OR BEFORE SEPTEMBER 30, 2008. ALL QUOTES NEED TO BE VALID UNTIL SEPTEMBER 30, 2008. (52.232-18) Solicitation number F6P2MG8220A001 is hereby issued as a FOB Destination Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The Solicitation listed here is 100% unrestricted. The associated North American Industry Classification System (NAICS) code for this procurement 337215 If funds become available a Firm-Fixed-Price purchase order will be issued in writing. Duluth ANG, Minnesota has a requirement for: Purchase & installations of two modular construction vertical Lift module, high-density storage, unlimited drawer configuration, computer-based operation, flexible management software, fast picking capabilities. These units will be installed inside. Units must have lock-out tag-out disconnects and emergency stop. Also this is a brand name or equal Request for Quotes. Vendors wishing to submit an or equal must include descriptive literature with their quote. However, it is the vendors responsibility to cross reference all items in such a manner in order for the Government to quickly and easily review and evaluate each or equal item. Time does not permit lengthy delay for evaluation. Vendor shall furnish all tools, parts, materials, transportation, and supervision necessary to installation two Vertical Lift Modula (VLM). L/I 0001 Stanley Vidmar, Modula F 500E VLM Specifications: Height 263, Dimensions 117 x 120, Weight capacity 132,000 pounds, Drawer capacity 1,100 pounds, Number of drawers 74, Drive 1 pitch roller chain, Pick bay External. L/I 0002 Stanley Vidmar, Modula F 500E VLM Specifications: Height 263, Dimensions 117 x 120, Weight capacity 132,000 pounds, Drawer capacity 1,100 pounds, Number of drawers 43, Drive 1 pitch roller chain, Pick bay External. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, quotes will be evaluated on best value in accordance with the following evaluation factors. The following factors shall be used to evaluate offers (listed in relative order of importance): 1. Technical, 2. Price, 3. Past performance (bidders shall submit at least 2 current references). FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be actively registered with the Central Contractor Registration (CCR @ http://www.ccr.gov/). Lack of registration in CCR will make an offeror ineligible for award. Vendors are asked to submit their TAX ID number with their proposal. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please fax quotes to the attention of SMSgt Paul Nephew at (218) 788-7403. Quote will also be accepted by e-mail at paul.nephew@mndulu.ang.af.mil. Please send any questions/concerns via e-mail (preferred) to paul.nephew@mndulu.ang.af.mil or send mail to 148th FW Base Contracting, ATTN: SMSgt Paul Nephew, 4681 Voodoo Street, Duluth MN 55811-6012. You may also call (218) 788-7242 or fax to (218) 788-7403. Quotes are due on or before 25 September 2008 at 12 pm (noon) Central Daylight Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=153586135407af74d29c1dd602fce322&tab=core&_cview=1)
 
Place of Performance
Address: 148 FW/LGC 4625 Deuce Avenue, Duluth MN<br />
Zip Code: 55811-6012<br />
 
Record
SN01667831-W 20080913/080911230821-153586135407af74d29c1dd602fce322 (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.