Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
MODIFICATION

36 -- Conveyor System - Drawings - Drawings 2

Notice Date
9/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
333922 — Conveyor and Conveying Equipment 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
F3ZT930231A001-ConveyorSystem
 
Archive Date
10/12/2010
 
Point of Contact
Kevin D. Flores, Phone: 7074247773, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
kevin.flores.3@us.af.mil, elizabeth.squires@us.af.mil
(kevin.flores.3@us.af.mil, elizabeth.squires@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Excel Drawings 2 Excel Drawings 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 F3ZT930231A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45 effective 30 Aug 10, Defense DCN 20100908 effective 08 Sep 10, and AFAC 2010-0903 effective 03 Sep 2010. This acquisition is unrestricted; the North American Industry Classification System (NAICS) code is 333922. The business size standard is 500 employees. The Federal Supply Class (FSC) is 3693. The Standard Industrial Classification (SIC) is 3535. The requirements are as follows: CLIN0001- Baggage Conveyor System - 1 each Provide and Install conveyer system consisting of two conveyors, one to transport items to the right and one to transfer to the left on the second floor. If technology exists, a single conveyor can be used to connect the first and secon floors. Conveyor is required to transport baggage or Pelican cases from first floor to seconf floor and from secon floor to first floor, then along back portion of lockers located on second floor. Must be able to operate in both directions and carry a minimum load of 200lbs. Estimated length of conveyor needed is 346 feet. Conveyor must be able to retract into first floor when not in use. Must also be as smooth and quite as possible due to proximity of occupied office space. 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 items offered to meet the Government requirement listed in CLIN0001 (ii) price. 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 52.219-28 Post-Award Small Business Program Representation. 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.203-3 Gratuities FAR 52.222-35 Equal Opportunity for Disabled Veterans FAR 52.222-37 Employment Reports on Special Disabled Veterans FAR 52.203-6 Restrictions on Subcontractors (Alt 1) FAR 5.204-4 Printed on Copied Double Sided fo Recycled Paper FAR 52.219-8 Utilization of Small Business Concerns FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.209-7001 Disclosure of Ownership of Controlled by the Gov't DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled.. DFARS 252.212-7000 Offeror Representation & Certifications - Comm'l Items 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. 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. FAR 52.252-2 Clauses Incorporated by Reference The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil FAR 52.252-6 Authorized Deviation in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation 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 22 Sep 2010 at 0900. If you plan on attending you will need to email me by 20 Sep 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 1 day of site visit and all of the answers will be posted on FedBizOpps. QUESTIONS WILL NOT BE ACCEPTED AFTER 24 Sep 2010. 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. 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 24 Sep 2010. QUESTIONS WILL NOT BE ACCEPTED AFTER 24 SEP 2010. Please send all offers to kevin.flores.3@us.af.mil or fax to 707-424-5189 NO LATER THAN 27 Sep 2010, 1000, PST. Point of contact is Kevin D. Flores, SSgt, Contract Specialist, telephone 707-424-7773. Alternate POC is Elizabeth A. Squires, Contracting Officer, elizabeth.squires@us.af.mil telephone 707-424-7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT930231A001-ConveyorSystem/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02298512-W 20100929/100927235209-1f529f9df44b28b313dc4dc08128385d (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.