Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

39 -- Upgrade/Overhaul Cargo Conveyor System

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T3BU9058A004-02
 
Archive Date
9/30/2009
 
Point of Contact
David A. Serbe, Phone: 850-882-0347, Lesa A. White, Phone: 8508820263
 
E-Mail Address
david.serbe@eglin.af.mil, lesa.white@eglin.af.mil
(david.serbe@eglin.af.mil, lesa.white@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 96 Contracting Squadron, Eglin AFB, FL, intends to solicit, negotiate, and award a Firm-Fixed Price contract for purchase of Overhaul/Upgrade of Receiving Storage Distribution System (RSDS) [cargo conveyor system] manufactured by International Automated Systems, Inc. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T3BU9058A004-02. The North American Industry Classification System (NAICS) for this acquisition is 333922, small business size standard: 500. Please identify your business size in your response based upon this standard. This is a total Small Business set aside. Probable CLIN requirements are: CLIN 0001: Replacement & Upgrade of various, outdated system equipment; CLIN 0002: Travel, Labor, & Mobilization; CLIN 0003: mechanical installation; CLIN 0004: Electrical Installation; and CLIN 0005: Miscellaneous Materials. Contractor is also responsible for removal of existing equipment that is replaced. Equipment/Materials will be delivered to, and work will be performed at, 96 LRS/LGRDDC, 201 Biscayne Rd, Eglin AFB, FL 32542. The following is the Statement of Work Requirements: Replacing and upgrading the following equipment. Per existing conveyor labels, configuration and location: (a) New Equipment LSBT2, LR1, LSBT1, LRAC1, LR3 w/90 degree curve, LR2w/30 degree spur, and LR4. (b) The following equipment will be reused: RG1, RG2, RG3, RG4, TRC, G1, G2, BTI, BT2, and BT3. New Equipment Requirements: (1) New Equipment: • The Hytro E24 right angle transfer will require air for the pop-up function. • 1.9"diameter x 16 gauge Galvanized Roller (on 3"Centers) in a 6-1/2"X12 gauge Channel Frame, set on motor controller, 35-125 FPM. • 24 Volt DC Motor. • Motor Controller- Controls and Protects Motor, one per each motor. • 3/16" diameter Polyurethane O-Rings Slave-Drive Tread Rollers from Motor. • EZLogic Retro-Reflective Zone Controller. • Gray Channel Cover for EZLogic Side Only. • 10P Power Supply for EZLogic. • 40 AMP DC Power Supply - 28 Volt Fixed Output. • Maximum of 40 Motors per Power Supply. • Requires 120 or 240 single phase voltage. • 17 AMP Input mounted near center of Conveyor. • Conveyor Design Capacity: 75 lbs per zone. (2) Contractor shall provide and install new controls and instrumentation for the system. The supports and actual conveyor (line rollers and main frame) will be kept on as components for the system's upgrades. (3) Contractor shall remove the existing equipment; however, Gov. customer 96LRS/LGRDDC will be uninstalling the current conveyor system. (4) FOB Jobsite: Include travel expenses In Accordance With Joint Travel Regulation, mechanical installation, electrical installation, and miscellaneous materials. Estimated installation period is two (2) weeks: 5 days per week, 8 hours per day. (5) Contractor shall comply with Eglin AFB security requirements in order to obtain base passes for the work period. Worker affidavit forms must be filled out and submitted to Eglin AFB 96th Security Forces, at least three days prior to aniticipated work date. A base pass request letter must also be sent to 96th Contracting Squadron, naming the workers, their social security numbers, and various contract information. A site visit is scheduled for 10 September 2009 (1:00PM CST) at: 96 LRS/LGRDDC, 201 Biscayne Rd, Eglin AFB, FL 32542. Interested parties should contact David Serbe, david.serbe@eglin.af.mil, for base access security requirements, site visit info, etc. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular FAC 2005-36, effective 11 August 2009. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions (JUN 08); 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; (AUG 09), 52.212-4 Contract Terms and Conditions- Commercial Items; (MAR 09), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 09), incorporating the following: • 52.203-6, Restrictions on Subcontractor Sales to the Government; • 52.219-8, Utilization of Small Business Concerns; • 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; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-1, Buy American Act-Supplies; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.252-2 - Clauses Incorporated by Reference; (FEB 98), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following address: http://farsite.hill.af.mil. 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUL 09), 252.225-7001 Buy American Act and Balance of Payment Program; (JAN 09), 252-232.7003, Electronic Submission of Payment Report, (MAR 08), 252.247-7023 Transportation of supplies by Sea; (MAY 02), 252.225-7002 Qualifying Country Sources as Subcontractors; (APR 03). 5352.242-9000 Contractor Access to Air Force Installations (August 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and any other required information to obtain a vehicle pass. All deliveries to contractor work sites on Eglin AFB main base must go through the North Gate, located off SR-85 South. Trucks trying to enter the East, West or the ACC gate will be turned around and told to use the North Gate. Contractors' work trucks carrying equipment and tools are also required to use the North Gate. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.223-9001 - HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of Clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil The quote format is at the discretion of the offeror. If your company is capable of providing this service, Quotes must be received NLT 2:00 PM., Eastern Time on 15 September 2009. Anticipated award date is 1 Oct 2009. Send all packages to 96 CONS/PKBA, Attn: David Serbe, 380 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida 32542-6862; or by fax to (850) 882-1680 or e-mail David.Serbe@eglin.af.mil. Email responses are preferred. David Serbe may be contacted at 850-882-0347 or email address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T3BU9058A004-02/listing.html)
 
Place of Performance
Address: 96 LRS/LGRDDC, 201 Biscayne Rd, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01941331-W 20090906/090905000332-865bbd54e34fcb7a74191c4ecad6406c (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.