Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

49 -- Bench Stock Point of Issue Machine - Combined Synopsis/Solicitation

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
F3B2X29181A001
 
Archive Date
9/12/2009
 
Point of Contact
Asim W Siddiqui, Phone: 44 1638 522087, Alan D Rose, Phone: 44 1638 52 1221
 
E-Mail Address
asim.siddiqui@lakenheath.af.mil, alan.rose@lakenheath.af.mil
(asim.siddiqui@lakenheath.af.mil, alan.rose@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AUTOCRIB 2000. General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F3B2X29181A001 Posted Date: August 04, 2009 Response Date: August 28, 2009 Classification Code: 49- Maintenance and repair shop Equipment Set Aside: N/A Naics Code: 238990 -- All Other Specialty Trade Contractors Contracting Office Address Department of the Air Force, Air Force United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270 Description COMBINED SYNOPSIS/SOLICITATION - (3 ea) Bench Stock Point of Issue Machine (Autocrib 2000 or Equal). These are three different machines with separate bin configurations. I. 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes (to include a price quote for ALL CLINS) on RFQ reference number F3B2X29181A001 III. This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-34. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 238990. V. This combined synopsis/solicitation is for the following brand name or equal commercial item: Autocrib 2000 or Equal SPECIFICATION: 100 MXG RAF Mildenhall Bench Stock Point of Issue Machine Specifications Qty1-Ea for 100 AMXS and Qty2-Ea for 100 MXS. Basic System: Enclosed automated dispensing system based on a series of counter rotating carousels using 12 vertical tray assemblies that provide access to at least 2,500 items through one of 15 automated doors in less than 20 seconds, manages issue and return transactions of both fast and slow moving items in a high security environment and eliminates the need for repacking individual items, provides secure access to at least 2,500 mininmum different items with an option for bin expansion. The occupied floor space footprint will be no more than 28 square feet. Enclosure: 62"W x 62"D x 84"H, Powder coated heavy gage sheet metal, Tubular steel frame, Tapered roller bearing pivots, High-strength chains and sprockets, weight capacity at least 2,600 pounds 12 circular columns on platters with 15 levels, access to each level controlled by an electronically locked door, door aperture automatically sized to fit selected bin size Tray assemblies, injection molded polypropylene, are to be easily reconfigured; changed by removing and replacing a minimum number of placement screws, no more than 4. Tray assemblies contain pie shaped or circular bins and the following sectional characteristics are required for the bins: 100 AMXS Specification: Qty 1-Ea. 1000 Bins 100 each Full pie = 11 ½" circular x 4" high 100 each Half pie = 11 ½" x 5 ½" x 4" high 100 each Third pie = 9 ½" x 5 ½" x 4" high 200 each Quarter pie = 7 ½" x 5 ½" x 4" high 250 each Sixth pie = 5 ½" x 5 ½" x 4" high 250 each Twelfth pie = 2 ¾" x 5 ½" x 4" high 100 MXS Specification: Qty 1-Ea. 225 Bins 25 each Full pie = 11 ½" circular x 4" high 25 each Half pie = 11 ½" x 5 ½" x 4" high 25 each Third pie = 9 ½" x 5 ½" x 4" high 75 each Quarter pie = 7 ½" x 5 ½" x 4" high 75 each Sixth pie = 5 ½" x 5 ½" x 4" high 0 each Twelfth pie = 2 ¾" x 5 ½" x 4" high 100 AMXS Specification: Qty 1-Ea. 225 Bins 25 each Full pie = 11 ½" circular x 4" high 0 each Half pie = 11 ½" x 5 ½" x 4" high 0each Third pie = 9 ½" x 5 ½" x 4" high 100 each Quarter pie = 7 ½" x 5 ½" x 4" high 100 each Sixth pie = 5 ½" x 5 ½" x 4" high 0 each Twelfth pie = 2 ¾" x 5 ½" x 4" high Doors should be frameless to allow for larger items to be managed by orienting items vertrically. For use in an aircraft maintenance functional area, wheels are required to make the system physically mobile and able to be relocated as needed. At a minimum, controlled and secure access based on individual numeric code such as employee number or personal identification number that will allow for limitations imposed on the use of any item to a specific quantity per day, week, or month, employee access by monetary amount, budgetary data or shift time limits, and prohibits access to adjacent bins. Programmable touch screen buttons for each user limiting user visibility to relevant functions User options to include selections such as: Issue, Locate, Physical Count, Return, Stock, Maintain Search functionality by item code, description or classification or other searchable fields. Tracks and reports usage and automates re-ordering and receiving inventory data. Automation characteristics to include: PC Intel Pentium computer, 12.1" diagonal color SVGA TFT touch screen display, Bar Code Scanner: universal omni-directional wedge-type laser scanner, TCP/IP-Ethernet Compatible, Computer display front clearance: 6" with keyboard extended Software requirements: Automated bin assignment tools for first time setup, system to manage customer-owned inventory, high-speed restocking (all of the same item stock numbers can be oriented vertically to allow for re-stocking of multiple bins with the same stock numbers at the same time), operates as stand-alone unit or allow for future expansion as part of larger automated tool crib system. Scale Option: Tower is 16"wide, 16" deep, 65" high, with scale at 37" upward from ground level Counting scale or load cell functionality to dispense multiple items from a single bin in a high security format to automatically account for the number of items dispensed or attempted to be returned to the incorrect bin that will generate a report advising the administrator of a breach in the item inventory. Increases capacity while increasing control of small items Eliminates need to count small items manually High quality scale required to handle weights up to 30 lbs, measure in kilograms or pounds, sensitivity to.003 of a lb, ability to back out tare weight, auto zero capability 3AMP, 230 VAC 50Hz Operating Temperature range of 10°C to 38°C (50°F to 100°F) in still air (75% R.H. non-condensing) or stored in a range of -18°C to 68°C (0°F to 155°F) Full one-year warranty VI. Delivery FOB Destination to: 100 MXS Bldg. 809 and 814 Unit 8940, Box 390 RAF Mildenhall Bury St Edmunds, Suffolk IP28 8NG, UK VIII. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), and its addenda as it applies to this acquisition. Please see the addenda below. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), does not apply to this acquisition. Evaluation will be conducted IAW FAR 52.212-1 (g). X. The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jul 2009). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. XII. FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Apr 2009) (Deviation). XIII. The following clauses are also applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.225-7042, Authorization to Perform; DFARS 252.229-7000, Invoices Exclusive of Taxes or Duties; DFARS 252.229-7006, Value Added Tax Exclusion (United Kingdom); DFARS 252.229-7008, Relief from Import Duty (United Kingdom); DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.233-7001, Choice of Law (Overseas) WAWF: The contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the internet at https://wawf.eb.mil/. XIV. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. XV. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Quotes should be valid till 30-Sep-2009. (End of clause) XVI. Quotes are required to be received no later than 12:00 pm EST, Eastern Standard or 5:00 pm GMT, Greenwich Mean Time, Tueasday, Quotes should be valid till 30-Sep-2009, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; technical specifications; statement that ORCA has been completed (see paragraph X above). If there are any questions on the requirements feel free to contact me at (011) (44) 1638 522087. Quotes shall be delivered via email to asim.siddiqui@lakenheath.af.mil XVII. Please direct any questions regarding this solicitation to Asim Siddiqui at asim.siddiqui@lakenheath.af.mil. Alan Rose, Contracting Officer, Phone (011) (44) 1638 521164, Email alan.rose@lakenheath.af.mil. Place of Performance Address: 100 MXS Bldg. 809 and 814 Unit 8940, Box 390 RAF Mildenhall Bury St Edmunds, Suffolk IP28 8NG, UK Addenda to 52.212-1 Addenda As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Instructions to Vendors -- Commercial Items (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) Reserved (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Reserved (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (d) Reserved (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Reserved (g) Reserved (h) Reserved (i) Reserved (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Reserved (End of Addenda) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B2X29181A001/listing.html)
 
Place of Performance
Address: 100 MXS, Bldg. 809 and 814, Unit 8940, Box 390, RAF Mildenhall, Bury St Edmunds, Suffolk, IP28 8NG, United Kingdom
 
Record
SN01899292-W 20090806/090805001029-fd47d295fe8b1719b9a87ab8a2514e5e (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.