Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

71 -- Purchase and Installation of Rotomat System

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-10-T-0017
 
Archive Date
7/23/2010
 
Point of Contact
Kenneth M Grimsley, Phone: (301)981-6042, Catherine B. Perry, Phone: 301-981-1256
 
E-Mail Address
kenneth.grimsley@afncr.af.mil, catherine.perry@afncr.af.mil
(kenneth.grimsley@afncr.af.mil, catherine.perry@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA4416-10-T-0017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. This is set aside for 100% small business. The North American Industry Classification System code is 423420, size standard: 100 employees. LINE ITEMS: 0001: Roll-out drawer Rotomat system 1,738.56LFI. MFR/BRAND: Hanel, Model No. 2-7-600/125/251/280-16, OR EQUAL, QTY: 2 EACH, UNIT PRICE: tiny_mce_marker_____________, EXTENDED PRICE: tiny_mce_marker____________. 0002: Overhead light for models up to 103" wide. MFR/BRAND: Hanel, Model No: FL-1, OR EQUAL, QTY: 2 EACH, UNIT PRICE: tiny_mce_marker__________, EXTENDED PRICE: tiny_mce_marker________________. 0003: Safety bypass safety override option. MFR/BRAND: Hanel, Model No. SBS, OR EQUAL, QTY: 2 EACH, UNIT PRICE: tiny_mce_marker__________, EXTENDED PRICE: tiny_mce_marker________________. 0004: Imbalance indicator. MFR/BRAND: Hanel, Model No. UL2, OR EQUAL, QTY: 2 EACH, UNIT PRICE: tiny_mce_marker__________, EXTENDED PRICE: tiny_mce_marker________________. 0005: Wiring cabinet for overhead controls. MFR/BRAND: Hanel, Model No: WCA, OR EQUAL, QTY: 2 EACH, UNIT PRICE: tiny_mce_marker__________, EXTENDED PRICE: tiny_mce_marker________________. 0006: Disassemble and haul away existing equipment and install new Rotomat system. Work to be performed on the weekend in accordance with paragraphs 1.2 and 1.3 of the Statement of Work. QTY: 2 EACH, UNIT PRICE: tiny_mce_marker__________, EXTENDED PRICE: tiny_mce_marker________________. 0007: Remove all media/records from the existing rotomat and relocate/re-file in the new rotomat in accordance with paragraph 1.2 of the Statement of Work. QTY: 2 EACH, UNIT PRICE: tiny_mce_marker__________, EXTENDED PRICE: tiny_mce_marker________________. 0008: Smead color bar print seat. Does not include label design license. MFR/BRAND: Hanel, Model No: 02270, OR EQUAL. QTY: 2 EACH, UNIT PRICE: tiny_mce_marker__________, EXTENDED PRICE: tiny_mce_marker________________. 0009: Maintenance of color bar required. MFR/BRAND: Hanel, Model No: 02245, OR EQUAL. QTY: 2 EACH, UNIT PRICE: tiny_mce_marker__________, EXTENDED PRICE: tiny_mce_marker________________. If bidding on an "OR EQUAL" item or part, offerors must submit descriptive literature or a sample along with your quote. NOTICE TO OFFERORS: AWARD WILL BE MADE ON AN "ALL OR NONE" BASIS. STATEMENT OF WORK. 1. DESCRIIPTION OF SERVICES. The contractor shall provide all parts, tools, labor, materials, equipment, transportation, and personnel necessary to install a new 16-level rotomat system. Machine dimensions shall be around 111.8" high X 98.43" wide X 49.41" deep + 8" wiring control box. System shall have a safety bypass override and imbalance indicator feature. The project location is at building 1220, Joint Base Andrews NAF, Maryland. 1.1 The following short work description shall serve as general information only, and shall not limit the contractor's responsibility or obligation to conform to all state and local laws and in accordance with manufacturer's recommendations. 1.2. The contractor shall uninstall, remove and dispose of the existing rotomat located in room 144 and install and set up new rotomat in room 144. Contractor shall remove all media/records from the existing rotomat and relocate/re-file in the new rotomat. Contractor shall design the color coding of the labels to be placed on all file folders. All work to be performed on the weekend. 1.3. The contractor shall dispose of the old rotomat to an offsite location meeting all Local, County, State, and Federal regulations. 1.4. The performance period shall begin within 60 days after award. Performance Time will be a total of 2 to 4 days. 2. CONTRACTOR REQUIREMENTS. Contractor shall have an adequate number of qualified personnel able to remove and install new rotomat. 2.1. Contractor personnel performing the job must have a valid driver's license, current registration and insurance for vehicle(s). The contractor shall use the Pearl Harbor gate located off of Dower House road to access the base. Upon arriving on base, the contractor shall contact the point of contact be escorted to the job site. 3. HOURS OF OPERATION. 316th operations support squadron operating hours are Monday through Friday from 0700 - 1630. Installation and Disposal of rotomat shall take place Saturday and Sunday during the hours of 0730 - 1630. Contractor shall report the following business day to complete work. 4. COORDINATION. The point of contact for all work on this project is Ms. Kristine Carter at (301) 981-5057. INSPECTION AND ACCEPTANCE TERMS: SERVICES/INSTALLATION OF WORK SHALL TAKE PLACE WITHIN 60 DAYS AFTER AWARD. Services will be inspected by Quality Assurance Personnel at the job site. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR PROVISION 52.212-1 applies to this acquisition are as follows: 52.237-1, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. A site visit will be conducted on 22 June 2010 at 10 a.m. EST. Attendees must enter Andrews AFB through the main gate off of Allentown Road. (NOTE: IT MAY TAKE UP TO 30 MINUTES TO OBTAIN A BASE PASS; THEREFORE, PLEASE PLAN TO ARRIVE AT THE VISTOR CENTER BY 9:30 A.M.). Each offeror may send up to two (2) representatives. For security reasons, offerors MUST submit their full name, date of birth, social security number, Driver's License number and the state it was issued, vehicle registration, vehicle tag number and proof of vehicle insurance of each representative by facsimile to Mr. Kenneth Grimsley at 301-981-1910 or email at kenneth.grimsley@afncr.af.mil by 18 June 2010, 2:00 p.m. EST. NO EXCEPTIONS. If there are any questions after the site visit regarding this solicitation, they should be submitted IN WRITING (by E-mail) by 4:00 p.m. EST, 28 June 2010 to allow responses to be posted on FBO prior to proposal due date. (E-mail is the preferred method of communication). FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation and statement of work will be considered for award. If offering an equal product, interested parties must submit clear and convincing descriptive literature demonstrating the capabilities to satisfy the requirement specified above. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). NOTICE TO OFFERORS: Offerors are not required, but strongly encouraged to attend the site visit. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.214-31 (f)(1) fax# (301)981-1910, 52.214-34, 52.214-35, 52.225-13, 52.223-5, 52.223-6, 52.232-19, 52.237-2, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.204-7006, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.232-7003 and 252.247-7023, ALT III, 252.243-7001, 252.246-7000, 5352.201-9101 (c): Ms. Myra L. Toles, AFDW/A7K-P, 1535 Command Drive Suite D-303, Joint Base Andrews NAF, MD, 20762, (301)981-5245. FAR CLAUSE 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-18, 52.232-33, 52.233-3, 52.233-4 and 52.222-41. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotations must be received by 2:00 P.M. Eastern Standard Time (EST) on 8 July 2010. Quotations can be mailed to the 316th Contracting Squadron/LGCB, 1535 Command Drive Room E-200, Joint Base Andrews NAF, MD, 20762, faxed to (301) 981-1919 or e-mailed to kenneth.grimsley@afncr.af.mil. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed in writing to Kenneth Grimsley, Contracting Specialist via the email address listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA4416-10-T-0017/listing.html)
 
Place of Performance
Address: Building 1220, Joint Base Andrews, Camp Springs, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02169603-W 20100606/100604235532-56f6ba0b99c0df2fbe6035d0df6e1839 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.