Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

W -- MFH HI LIFT PICKERS - RFQ –MFH HI LIFT PICKERS

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
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
F2P3E99168A001
 
Archive Date
9/24/2009
 
Point of Contact
William O. Neal, Phone: 4401638521223, William McGrew, Phone: 44 1638 522215
 
E-Mail Address
william.neal@lakenheath.af.mil, william.mcgrew@lakenheath.af.mil
(william.neal@lakenheath.af.mil, william.mcgrew@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Combined Synopsis/Solicitation RFQ -MFH HI LIFT PICKERS - Reference (F2P3E99168A001) Requesting Agency: 48TH Civil Engineering Squadron - CES/CEHS RAF Feltwell, Thetford, Norfolk, IP26 4HL United Kingdom, Bldg 73 Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for the lease and maintenance of a commercial item according to the attached statement of work 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; quotes are being requested and a written solicitation will not be issued. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 532120, Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 Aug 2009. This solicitation is issued as a request for quotation IAW FAR Parts 12 and 13 including the test procedures IAW FAR Part 13.5. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3E99168A001. BID SCHEDULE: Potential Offerors are to provide a quote for the lease of the following High Lift Vehicles, which includes maintenance, in accordance with the Statement of Work attached to this solicitation: o Quote shall include a unit and total price for the following bid schedule: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months £_________ £____________ LEASE FOR HIGH LIFT PICKERS The contractor shall provide all labor, materials, and equipment for the lease and maintenance of two (2) high reach lifts suitable for the warehouse racking system located at Bldg 73, RAF Feltwell, United Kingdom in accordance with the Statement of Work and respective technical specifications. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 12 Months £_________ £____________ OPTION LEASE FOR HIGH LIFT PICKERS Lease of Two (2) high reach lifts suitable for the warehouse racking system located at Bldg 73, RAF Feltwell, United Kingdom in accordance with the Statement of Work and respective technical specifications. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 12 Months £_________ £____________ OPTION LEASE FOR HIGH LIFT PICKERS Lease of Two (2) high lift pickers suitable for the warehouse racking system located at Bldg 73, RAF Feltwell, United Kingdom in accordance with the Statement of Work and respective technical specifications.. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 12 Months £_________ £____________ OPTION LEASE FOR HIGH LIFT PICKERS Lease of Two (2) high lift pickers suitable for the warehouse racking system located at Bldg 73, RAF Feltwell, United Kingdom in accordance with the Statement of Work and respective technical specifications. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 12 Months £_________ £____________ OPTION LEASE FOR HIGH LIFT PICKERS Lease of Two (2) high lift pickers suitable for the warehouse racking system located at Bldg 73, RAF Feltwell, United Kingdom in accordance with the Statement of Work and respective technical specifications. FOB: Destination o Prices shall be all inclusive (i.e. all material, transportation, labor, etc. for delivery, maintenance and repair of the leased equipment) o NOTE: Prices shall be quoted in GBP (£) and quotes shall be valid for a minimum of 60 days SITE VISIT: A site visit is scheduled to be offered on 07 September 2009 for offerors to gain measurements and technical specifications as well as understanding the requirements of the facility. Certain Technical Specifications are listed in Paragraph 2.1. All offerors who intend to participate in the site visit shall coordinate base access through the Contracting Office via email request to william.neal@lakenheath.af.mil no later than 04 September 2009. NOTE: In no event shall failure to inspect the site constitute grounds for a request of equitable adjustment and/or claim for unanticipated costs that may be incurred after contract award. QUOTE SPECIFICS: All quotes must include the following information: 1. Equipment Specifications and Product Literature of the quoted product 2. Quotations shall include a comprehensive maintenance plan in accordance with Para 2, Sect 2.2. of the SOW included herein. 3. Delivery date that equipment can be provided to the government (prescribed delivery per this synopsis/solicitation is 01 Oct 2009) 4. Company's complete mailing and remittance address 5. Discounts for prompt payment- if any 6. Central Contractor Registration (CCR) CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (visit http://www.ccr.gov) 7. Quotes must be valid for a period of no less than 60 days. 8. Copy of Offeror Representations and Certification (see FAR 52.212-3 which is incorporated by reference) or provide updated information electronically through ORCA at https://orca.bpn.gov 9. NOTE: Prices shall be quoted in GBP (£) and quotes shall be valid for a minimum of 60 days. The pickers are to be delivered to Bldg 73, RAF Feltwell by the supplying company on the first day of the performance period. QUOTES ARE DUE to this office no later than 3:00p.m. Greenwich Mean Time, 09 September 2009. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to william.neal@lakenheath.af.mil EVALUATION OF QUOTES: Quotes will be evaluated on the basis of ‘Best Value' to the Government IAW FAR Part 12.6- Streamlined evaluation of offers for commercial items. Quotations must include a price quote and technical specifications of the proposed equipment as described in the attached Statement of Work. The Government reserves the right to award a contract to other than the lowest evaluated priced quotation if non-price factors such as technical specification and/or maintenance plans represent best value to the Government. DELIVERY: All deliveries shall be accomplished no later than 1 October, 2009 Primary point of contact: Mr.William Neal, Contract Specialist, TEL: 01638-52-1223 or email: william.neal@lakenheath.af.mil The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil The following clauses and provisions apply to this solicitation: Federal Acquisition Regulation (FAR): 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items with Alternate I 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.233-1 Disputes 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Department of Defense Federal Acquisition Regulation (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulation (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9001 Health and Safety on Government Installations 5352.225-9004 Submission of Offers in other than United States Dollars 5352.242-9000 Contractor Access to Air Force Installations 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). ___ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (7) [Reserved] ___ (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (9) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (11) (i) 52.219-9, Small Business Subcontracting Plan (Apr 2008)(15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (12) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999)(15 U.S.C. 637(d)(4)(F)(i)). ___ (14) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (16) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (19) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). ___ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (22) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). ___ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). ___ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). ___ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). ___ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). ___ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008)(42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (30) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ___ (31) 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d). ___ (32) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (33) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (38) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (40) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (41) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (43) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. ________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008)(31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (vii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ____ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (3) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (4) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (AUG 2008) (15 U.S.C. 637 note). (5) ____ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (6) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (7) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) ____ 252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) (10 U.S.C. 2533a). (9) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (10) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (11) ____ 252.225-7021, Trade Agreements (JUL 2009) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (12) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (13) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (14)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (JUL 2009) of 252.225-7036. (15) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (16) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (17) ____ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (18) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (19) _X___ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (20) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (21) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (22)____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). (23)(i) _X___ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) __X__ Alternate III (MAY 2002) of 252.247-7023. (24) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (2) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 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. Attachment(s): Statement of Work STATEMENT OF WORK 1. DESCRIPTION OF REQUIREMENT Contractor shall design, produce, and supply appropriate high lifting equipment for use within the racking system located at Bldg 73, RAF Feltwell. The two items of equipment shall be designed in accordance with current British health and safety legislation IAW paragraph 2.2 & 3.2.1 below and meet all of the requirements listed. The contractor shall also provide, to the best commercial standard, the equipment labor, tools, personnel, transportation and consumables for supply and maintenance of the required equipment. 1.1 Performance Period. The performance period for this contract will be a 12 month base year, plus four (4), one (1) year option periods. 2. TECHNICAL SPECIFICATION OF VEHICLE 2.1 The vehicle must have the following minimum specifications: The contractor will provide details of specifications of vehicle which will best suit the government's requirement. A one (1) day training course on the operation of the vehicle for a minimum of 10 persons will be required to be carried out by fully qualified and authorized persons. Minimum Specifications: 1. Nominal Lift Capacity: 1250 Kgs @ 0.6M Load Centre 2. Lift height: 9.15M 3. Mast Type: Full Free Lift Triple 4. Closed Height: 7.94M 5. Battery: 700Amp 48V 6. Charger: 3 Phase 8 hour Charger 7. Fork Length: 2.0M 8. Tyres: Duromatic 9. Attachment: Fully integrated walk in platform at rear 2M long by 1.2M wide 10. Flashing Beacon 11. Reversing Siren 12. Lift height of approximately 35 feet 13. Carriage of two person safely 14. Detachable flat bed attached to rear of vehicle for lifting of items (approx length 8ft) 15. Detachable / Lifting Guard rails around flat bed 16. Minimum of 2 Safety Harness attachment points 17. Battery Operated with charger per vehicle 18. Automatic cut off to prevent exceeding maximum height limit 19. Hourly timer 20. Dead man switch for both driver and passenger 21. Dimensions of vehicle must allow turning of vehicle within limits of racking system 22. Picker shall also be operational away from confines of racking system. 23. Full instruction manual and parts catalogue to be supplied with each vehicle. 2.2 The pickers must meet or exceed requirements as detailed in current Provision and use of Work Equipment Regulations, 1998 (PUWER) and Lifting Operations and Lifting Equipment Regulations 1998 (LOLER). If these regulations are succeeded, the most recent regulation should therefore be applied. 3. MAINTENANCE REQUIREMENTS 3.1 Performance Period. The performance period for maintenance will equal that of the performance period for the supply of the two pickers. 3.2 Maintenance Package Must meet or exceed the following requirements. 3.2.1. Thorough servicing schedule on whole vehicle as per the current commercial standard and manufacturers guidelines - a minimum of three (3) working days notice is required for the contractor to schedule a maintenance visit. Any consumables related to maintenance are to be provided by the contractor under this contract. Detailed report of service to be provided within 5 working days to the Furnishings Management Office. 1. Annual examination and inspection certification by a fully accredited company to comply with LOLER (1998). Completed inspection report and certificate to be provided to the Furnishings Management Office within 5 working days. 2. Pickers to be repaired on site within 1 working day of discovery of defect. 3. If picker cannot be repaired on site or within the time frame in above, it shall be removed and replaced with a vehicle of similar specification at no cost to the government by the next working day. 4. Replacement of all or any parts required at no cost to the government, within one working day of discovery of defective part unless the repair is due to negligence/fault of the government. 5. Any safety hazards, or required upgrades due to change in regulations will be carried out immediately on site. If unable to carry out the work on site, the vehicle is to be removed and replaced with a vehicle of similar specification. 4. GENERAL INFORMATION 4.1 Working Hours and Holidays 4.1.1 Business Hours. Building 73 operate the business hours of: Mon to Thu - 0800 - 1630 Fri - 0800 - 1600. All requirements as detailed in the relevant sections in this statement of works must be carried out during the above business hours. 4.1.2. Recognized Holidays. The contractor is not required to provide service on UK holidays. The relevant recognized holidays include; Christmas Day Dec 25 Boxing Day Dec 26 New Years Day Jan 1 Good Friday Friday before Easter Easter Monday Monday after Easter Bank Holiday 1st Monday in May Spring Holiday Last Monday in May Late Summer Holiday Last Monday in August National holidays subsequently declared by Her Majesty's Government shall likewise be considered official holidays, for the purpose of this provision.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3E99168A001/listing.html)
 
Place of Performance
Address: 48TH Civil Engineering Squadron – CES/CEHS, RAF Feltwell, Thetford, Norfolk, IP26 4HL United Kingdom, Bldg 73, Feltwell, Non-U.S., IP26 4HL, United Kingdom
 
Record
SN01926531-W 20090827/090826001933-e63d3fa10a83a4d4e94dcc0970dd4b31 (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.