Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
MODIFICATION

39 -- Replace Hoist and Trolley - RFQ RESPONSE - REV. 11/23/09

Notice Date
11/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NB8180202-10-00613BS
 
Archive Date
12/23/2009
 
Point of Contact
Brenda S. Summers, Phone: (303) 497-5588
 
E-Mail Address
brenda.s.summers@noaa.gov
(brenda.s.summers@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ RESPONSE - REV. 11/23/09 AMENDMENT 2 The purpose of this amendment is to revise the description of requirements and salient characteristics in section (VI) and to provide details of the next site visit in section (VIII). AMENDMENT 1 The purpose of this amendment is to include the specification that the equipment must be made in the U.S.A. and to extend the response date to November 23, 2009. A future amendment will be issued to further revise the scope of work and announce the date of a second site visit. All vendors are required to attend one of the mandatory site visits prior to submitting a quote for this solicitation. COMBINED SYNOPSIS/SOLICITATION Replace Hoist and Trolley (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NB8180202-10-00613BS. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (IV) This solicitation is a total small business set aside. The associated NAICS code is 333923. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Line Item 0001: Removal of existing hoist and trolley and installation of new hoist, trolley, and audible and visual alarm, Qty 1 job. Line Item 0002: Hoist, Trolley, and audible and visual alarm, Qty 1 each. UPDATED DESCRIPTION - AMENDMENT 2 (VI) Description of requirements is as follows: Line Item 0001 Services, Non-personal, to provide all equipment, labor and materials, (unless otherwise provided herein) for the following: Disassemble existing hoist and trolley. Remove existing hoist and trolley from the bridge and haul off. Remove and replace existing open span wire system with trolley festoon system. Install and Integrate replacement hoist and trolley into existing bridge. New bridge control is needed and needs to be mounted on one end of the bridge crane. Load test unit. Test and tune to customer satisfaction. Vendor must provide all equipment and tools required for removal and installation. See attached applicable Wage Determination. Salient Characteristics: Line Item 0002 US made 2 Speed hoist 3 ton capability 30 feet of lift with wire rope Lifting Speed 9/3 feet per minute Weston type load brake DC Voltage hoist motor brake Geared limit switch Weighted limit switch Single reeved hoist Motorized 2 speed Trolley Horizontal travel speed 50/15 feet per minute New push station Festoon system New bridge control is needed and needs to be mounted on one end of the bridge crane. Install visual alarm that is activated when the crane is energized. Audible alarm that is controlled by a button on the pendent. Provide all documentation for the new hoist, trolley, push button festoon systems, and new bridge control, including user, operator and inspection manuals. (VII) Required delivery 60 days ARO. Place of Delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328, USA. Delivery shall be FOB Destination. UPDATED INSTRUCTIONS - AMENDMENT 2 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached RFQ format. A one time site visit is required and is scheduled for Thursday, December 3, 2009 at 8:00 am. Location: 325 Broadway, Boulder Colorado. To attend the site visit contact Jeff Guerrieri at 303-497-3863 or by E-mail jeffrey.guerrieri@nist.gov at least 24 hours in advance. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all salient characteristics as stated in Section VI. 2) Technical Compatibility: Must be compatible replacement for the existing hoist and trolley in the Antenna Lab. It must also be integrated with the existing bridge in the Antenna Lab. 3) Past Performance: Quality, Timeliness, and customer service. Must supply two references. 4) Price: Quote must state price in U.S. Dollars. 5) Delivery: Quote must include delivery schedule 6) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (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). (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). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41 Service Contract Act of 1965 (Nov 2007) (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) 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 this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 1352.214-71 Equipment Inspection Visit (March 2000) Offerors are urged and expected to inspect the equipment on which maintenance or repairs are to be performed and to satisfy themselves regarding all conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the equipment constitute grounds for any claim. Offerors are required to inspect the existing hoist and trolley on Wednesday, October 28, 2009 at 8:00 A.M. at 325 Broadway, Boulder Colorado by telephoning Jeff Guerrieri at 303-497-3863 or by E-mail jeffrey.guerrieri@nist.gov at least 24 hours in advance for an appointment. 1352.215-73 Inquiries (March 2000) Offerors must submit all questions concerning this solicitation in writing to the Purchasing Agent. They must be received no later than 10:00 A.M. MST/MDT, on Friday, December 4, 2009. All responses to the questions will be made in writing and included in an amendment to the solicitation. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 2:00 P.M. MST/MDT on December 8, 2009. All quotes must be faxed or E-mailed to the attention of Brenda Summers. The fax number is (303) 497-3163 and E-mail address is Brenda.S.Summers@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Brenda Summers, Purchasing Agent, 303-497-5588, Brenda.S.Summers@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NB8180202-10-00613BS/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN02009592-W 20091125/091123235548-8d155946d717fb8f59eb3a41da36dd46 (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.