Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

36 -- 5 Ton Freestanding Overhead Bridge Crane

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
124WG MSG/MSC, Boise Air Terminal, 4460 South Byrd ST, Boise, ID 83705-8092
 
ZIP Code
83705-8092
 
Solicitation Number
F7DGRS9217A100
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Tyler Perry, 2084225270
 
E-Mail Address
124WG MSG/MSC
(tyler.perry@idbois.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
IDAHO AIR NATIONAL GUARD F7DGRS9217A100 Request For Quote for 5 ton overhead bridge crane This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (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. The NAICS code for this acquisition is 333923 and the size standard is less than 500 employees. This solicitation is 100% set aside for small businesses. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, Effective 15 June 2009. Offerors quotes shall propose a firm fixed price for all parts/services listed below subject to the terms and conditions of this entire synopsis/solicitation. All quotes should be FOB destination to Saylor Creek Air Force Range, ID. Synopsis: The contractor shall provide all equipment, material, labor, supervision, supplies and items necessary to meet the below requirement: ------------------------------------------------------------------------------------------------------------ Line Item 001, QTY = 1 lump sum: 5 ton Freestanding Overhead Bridge Crane Specifications: 18 wide bridge, 40 long runways, 20 lift clearance with a single speed hoist at approx. 8FPM. Includes buss bar electrification on runway and bridge; 6-8 button pendant operated. Load test: Contractor will be responsible for conducting the initial load test/certification. Electrical: There is currently a 480V (3/60) line running from Idaho Power to the breaker located on the back side of the building. It will be the responsibility of the contractor to run power from the breaker to the bay/tie into the equipment and switches. Site Visit: Currently there is no site visit scheduled, however upon request one may be conducted. All site visits must be scheduled and conducted no later than 21 September 2009. If you wish to schedule a site visit, please contact SrA Tyler Perry via the contact details below. ------------------------------------------------------------------------------------------------------------ The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; IAW 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, complete descriptions of the provisions and clauses referenced below in this synopsis/solicitation may be viewed at http://farsite.hill.af.mil. 52.212-2, Evaluation-- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government; award will be based on the aggregate total. 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this RFQ. The offeror must have completed their registration of their Representations and Certifications on-line at http://orca.bpn.gov/. 52.204-7 Central Contractor Registration APRIL 2008 All contractors must be registered with the Central Contractor Registration, located at http://www.ccr.gov. 52.211-6 Brand Name or Equal AUGUST 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2009, to include the following: o52.222-50 Combating Trafficking in Persons AUG 2007 o52.233-3 Protest After Award AUG 1996 o52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 (Also included by reference within 52.212-5 are the following): o52.219-6 Notice of Small-business set aside JUN 2003 o52.219-28 Post-Award Small Business Program Representation JUN 2007 o52.222-3 Convict Labor JUN 2003 o52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 o52.222-21 Prohibition of Segregated Facilities FEB 1999 o52.222-26 Equal Opportunity MAR 2007 o52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). o52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). o52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.223-5 Pollution Prevention 52.223-7006 Hazardous Material Storage and Disposal 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American ActBalance of Payments Program Certificate JUN 2005 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea MAY 2002 Offers may be submitted by hard copy to: Idaho Air National Guard 124 MSG/MSC ATTN: SrA Tyler Perry 4460 S Byrd St Gowen Field, Boise, Idaho 83705 Offers may be submitted by e-mail to: tyler.perry@idbois.ang.af.mil Quotes are due no later than 1000 hours, 23 September 2009, and should reference the solicitation number listed above to be considered responsive. If you have any questions, please contact SrA Tyler Perry, Contract Specialist, at (208) 442-5270, or by e-mail tyler.perry@idbois.ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10-1/F7DGRS9217A100/listing.html)
 
Place of Performance
Address: 124WG MSG/MSC Boise Air Terminal, 4460 South Byrd ST Boise ID
Zip Code: 83705-8092
 
Record
SN01960280-W 20090919/090918001612-6506abf47beef4f09bf35c4f6f27bb81 (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.