Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

71 -- Moveable Storage System - Floorplan

Notice Date
6/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337125 — Household Furniture (except Wood and Metal) Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z1600110A001-MoveableStorageSystem
 
Archive Date
7/15/2010
 
Point of Contact
Kevin D. Flores, Phone: 7074247773, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
kevind.flores@travis.af.mil, elizabeth.squires@travis.af.mil
(kevind.flores@travis.af.mil, elizabeth.squires@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Prefered Layout 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z1600110A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 effective 13 Apr 10, Defense DCN 20100507 effective 07 May 10, and AFAC 2010-0402 effective 02 Apr 2010. This acquisition is unrestricted; the North American Industry Classification System (NAICS) code is 337125. The business size standard is 500. The Federal Supply Class (FSC) is 7125. The Standard Industrial Classification (SIC) is 2541. Travis AFB intends to award a purchase order for storage system in accordance with the attached item list. CLIN0001-In an area 124" W x 162" L we would like to put a 1 or 2 carriage unit that will contain the requirement for 570 units to store our Aircrew flyers helmets. The dimensions for the 570 units should be approx 12"H x 15"W x 15"L(minimum 100lb load weight limit). All units must have closed sides and backs. In an area 352" L x 347"W we would like to put 1 to 2 carriage unit that will contain a row of 12" drawers along the outside of one of the stationary portion of the unit to accommodate 200 pelican cases that are 6"L x 14" W x 12" H. On the other stationary portion of the unit we will need shelves to accommodate 6 large pelican cases that are 26" cubed. Must also be capable of opening this unit from both sides, and have approximately 48 inch isle way around the entire bulk storage unit (minimum 400lbs load weight limit). Movable storage units will be on a plywood decking and will be covered with a non-porous, no-wax, rubberized flooring material. This flooring will be black in color and present a professional shined appearance without the use of wax or buffing. Other deck material covering will considered. These storage areas cannot exceed 7'H due to the existing sprinkler system. All units will have closed sides and backs. The movable storage system will be a seismic system in compliance with current UBC building codes. System uses mechanical assist hand cranks and steel end panels. System hardware and plywood decking must meet UBC code, system will incorporate artificial deck and stainless steel ramp floor junctions. Decking will be sealed with clear coating. Cost of delivery and installation included. Vendors must provide a detailed diagram/floor plan of the Moveable Storage System with proposal. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement listed in the description, CLIN 0001; (ii) price; (iii) Completion Date, project must be completed and invoiced by 30 September 2010. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252-232-7003 Electronic Submission of Payment Requests DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.222-41 Service Contract Act of 1965 Wage Determination No: 2005-2069 Revision No: 6 Date of revision: 05/29/2008 FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires in Full Text In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23470 Laborer--WG-2 Step 1 14.75 + 36.25% FAR 52.237-1 Site Visit: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local 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 site constitute grounds for a claim after contract award Site Visit: A site visit will be scheduled for 23 May 2010 at 0900. If you plan on attending you will need to email me by 22 May 2010 letting me know you wish to attend. We will be meeting in the parking lot adjacent to the Travis AFB Pass and Registration Center at 0845 to gather and take accountability, the van will be leaving the visitor center at 0900 to proceed to the site. You will not need to obtain a base pass because transportation will be provided by 60 CONS. As a failsafe measure you should bring your vehicle registration, proof of insurance in case you have to bring your vehicle on base. Please bring something to write with so you can write down any questions you may have for the customer. You are required to submit all of your questions in writing within 3 days of site visit and all of the answers will be posted on FedBizOps. This is to ensure a fair solicitation process to all potential contractors. You may want to bring additional items that you may need to come up with a more accurate quote. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviation in Clauses DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. All questions regarding the solicitation must be submitted to to me via email by 28 June 2010. Please send all offers to kevind.flores@travis.af.mil or fax to 707-424-5189 NO LATER THAN 01 July 2010, 1200, PST. Point of contact is Kevin D. Flores, SSgt, Contract Specialist, telephone 707-424-7773. Alternate POC is Elizabeth A. Squires, Contracting Officer, telephone 707-424-7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z1600110A001-MoveableStorageSystem/listing.html)
 
Place of Performance
Address: Travis AFB, Ca, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02174244-W 20100612/100610235218-09c35b26be08c1a6c53afdbbe97c6163 (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.