Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

36 -- Purchase and Installation of 4-ton Electric Crane

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-10-T-0049
 
Response Due
9/10/2010
 
Archive Date
11/9/2010
 
Point of Contact
Joe Smith, 601-313-1556
 
E-Mail Address
USPFO for Mississippi
(joe.hughie.smith@ng.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 W9127Q-10-T-0049 is issued as a request for quotes. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. The associated North American Industrial classification System NAICS code for this procurement is 811310 with a small business size standard of $7M. This Solicitation is Unrestricted. Scope of Work: Furnish all labor, material, equipment, and supervision to Purchase and install a CXT Single Girder 4-TON Crane, span 30-0, R/W Electric, top running 4 TON capacity (Sister Column Arrangement) 2 X 60-0, SAF LEC 2 (4 BAR SYSTEM). Crane must be controlled with a Pendant control and freely movable along the crane girder. Vendor is responsible for taking down existing monorail crane system that will be disposed of by the Government. Vendor is responsible for factory testing, packaging of crane from factory, transportation to site, unloading crane on site, installation, work platforms, any and all lifting devices needed on site, as well as crane commissioning and testing. Vendor is responsible for conductor system material, collectors, transportation same terms as crane, installation, work platforms, hard wiring to disconnect switch, hard wiring from the disconnect switch to the runway elevation, and any and all lifting devices. Delivery Address: CSMS #1, Bldg. 85, Warehouse Ave. Camp Shelby, MS 39407. A site visit is mandatory. Vendors can contact 1LT Christopher Paul at 601-557-2547 to arrange for site visit. Only the vendors that attend a site visit will be eligible for award. The following clauses apply: FAR 52.204-8, Annual Representations and Certifications; FAR 52-212-1, Instructions to Offerors (Oct 2001); 52.212-2 Evaluation of Commercial Items; Evaluation will be based on Price. FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); the following provisions apply 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41 Service Contract Act; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.233-2, Service of Protest; FAR 52.204-7, Central Contractor Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.237-1, Site Visit; FAR 52.249-2, Termination for Convenience of the Government (Fixed Price); FAR 52-233-3, Protest After Award; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36, Payment by Third Party; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.203-3 Gratuities; FAR 52.247-34 FOB Destination; FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 1995); DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government lf a Terrorist Country; DFARS 252.204-7004, Required Central Contractor Registration (Mar 2000); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), DFARS 252.225-7001 Buy American Act and Balance of Payments Program. Full text of these provisions may be accessed on-line at http://farsite.hill.af.mil. This announcement is the solicitation. The proposals are due no later than 4:00 P.M.., 10 September, to USPFO-MS, Attn: Joe H. Smith, P & C, 144 Military Drive, Jackson, MS 39232-8861. Proposals may be emailed to joe.hughie.smith@ng.army.mil or faxed to 601-313-1569. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. The web site to register is www.ccr.gov. Offerors must provide Federal Tax ID Number and DUNNS Number along with proposal. Point of contact for Technical questions and copies of maps is 1LT Christopher Paul at 601-558-.2545
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-10-T-0049/listing.html)
 
Place of Performance
Address: CSMS # 1 Bldg 85, Warehouse Ave Camp Shelby MS
Zip Code: 39407-5500
 
Record
SN02249184-W 20100822/100820235540-feb7030128d245f5db168e1b27d71d38 (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.