Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

39 -- Motorized Tire Carousel for Tyndall AFB

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4A3300181A002
 
Archive Date
8/28/2010
 
Point of Contact
Nicole M. Dean, Phone: 8502838619, John A. Purcell, Phone: 8502836192
 
E-Mail Address
nicole.molt@tyndall.af.mil, john.purcell@tyndall.af.mil
(nicole.molt@tyndall.af.mil, john.purcell@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Motorized Tire Carousel This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Sub part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3300181A002 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 423830. The business size standard is 500 employees. Contract Line Item Numbers (CLINS): (Reference Stanley Vidmar P/N's) 0001: T45200094415 or equal • Height: 17'8" • Carrier width: 15'9" • Carousel width: 17'8" • Depth: 7'8" • Tire Carrier qty: 9 • Tire Carrier Max Weight Capacity: 1,000 lbs • Max Tire Diameter: 32" • Max Tire Storage Capacity: 189 (based on 9"wide tires) • Electrical: 208 volts, 3 phase, 20 amp • Retrieval Speed: 18 ft/min • Off-balance Load Weight Capacity: 1,800 lbs • Color: White 0002: T54162056312 or equal • Height: 14'7" • Carrier Width: 12'9" • Carousel Width: 14'8" • Depth: 9'4" • Tire Carrier qty: 5 • Tire Carrier Max Weight Capacity: 2,000 lbs • Max Tire Diameter: 44" • Max Tire Storage Capacity: 65 (based on 11" wide tires) • Electrical: 208 volts, 3 phase, 20 amp • Retrieval Speed: 18 ft/min • Off-balance Load Weight Capacity: 2,500 lbs • Color: White 0003: Installation and Delivery ALL QUOTED ITEMS MUST MEET OR EXCEED SPECIFICATIONS OF THE REFERENCED PART NUMBERS IN THE RFQ IN ACCORDANCE WITH THE "BRAND NAME OR EQUAL" CLAUSE. Award shall be made in the aggregate, all or none. All quotes need to include FOB destination with items being shipped to Tyndall AFB, FL 32403. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement including any warranties 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 -Offeror Representations and Certifications -Commercial Items 52.252-1 - Solicitation Provisions Incorporated by Reference 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-50 - Combating Trafficking in Persons 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Employees 252.211-7003 - Item Identification and Valuation 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.225-7001 - Buy American Act-Balance of Payments Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.247-7023 Alt III - Transportation of Supplies by Sea Alternate III- 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 5352.201-9101 - Ombudsman Wide Area Work Flow (WAWF)-- All invoices shall be submitted electronically via Wide Area Work Flow There is no commitment by the Government to issue an award as a result of this combined synopsis/solicitation. This procurement is for a Government requirement that is subject to the availability of funds. Currently this requirement is not funded. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this procurement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Offerors shall complete a copy of the On line Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the On line Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), delivery date, and warranty terms. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Please send any quotes/questions to Nicole Dean (850)283-8619 at Nicole.Molt@Tyndall.af.mil NO LATER THAN 13 August 2010, 12:00 PM (CST). Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3300181A002/listing.html)
 
Place of Performance
Address: Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02225643-W 20100804/100802235159-dca2114f79ba1b70e421ef72790a3e9b (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.