Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

E -- Ammo Storage Area

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, US Central Command Air Force/A4-LGCP, 386 ECONS, Ali Al Salem, 386th ECONS, APO, Non-U.S., 09855, United States
 
ZIP Code
09855
 
Solicitation Number
F1EMXG02950100
 
Archive Date
4/22/2011
 
Point of Contact
Michael A. Lovano, Phone: 318-442-2056
 
E-Mail Address
michael.lovano@asab.afcent.af.mil
(michael.lovano@asab.afcent.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial information found at FAR 13.5 and as supplemented with the 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 F1EMXG02950100 and this solicitation is issued as a request for quote (RFQ). The solicitation is unrestricted and all interested offerors shall submit written quotes (oral quotes will not be accepted). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-48, Effective 11 March 2011. The North American Industry Classification System (NAICS) code for this project is 332999 (All other miscellaneous fabricated metal product, ammunition boxes, packages, and special containers. The purpose of this combined synopsis/solicitation is to purchase an Ammunitions Storage Area which will provide climate controlled high security storage to sensitive munitions within the munitions storage area in accordance with the following details: 0001 - 1 Each: 30' X 20' X 10' Type 2 Class ABC US government spec duplex magazine 0002 - 1 Each: Lightning protection for duplex units 0003 - 4 Each: Anchor bracket with bolt (6x6x3/8'' angle bracket x 15'' long with two 3/4'' x 6'' kwick bolt) 0004 - 600 SF: Heavy duty flooring 0005 - 1 Each: Additional high security single exterior steel door with a cam closer to make a set of double doors 0006 - 1 Each: 8'W x 6'L steel ramp for double doors 0007 - 1 Each: 100 amp disconnect box: 220/120 single phase, 60hz 0008 - 1 Each: 50Htz power hookup 0009 - 1 Each: Generator hookup package - 3 wire, 100 amp, 240 volt, 3 pole transfer switch 0010 - 2 Each: Intrinsically safe outside mounted heat/AC unit. (I-PAC1 dehumidifier and cooling) for 50 HZ power 0011 - 1,600 SF: 2'' Styrofoam R10 insulation priced per square foot: For standard width unit (walls and ceiling only) 0012 - 2,200 SF: Super therm ceramic coating (price per sq ft), Exterior and interior coating 0013 - 1 Each: Explosion proof lighting (1-200 watt Killark light, switch - Class 1, Group ABCD, Class 2, EFG) 0014 - 11 Each: Additional 200 watt explosion proof light - Class 1, Group ABCD, Class 2, EFG for a total of 12 interior lights 0015 - 1 Each: Exterior light with photo cell mounted above exterior door 0016 - 1 Each: Exterior mounted 30" x 24" x 10" aluminum enclosure and IDS prep (conduit for door sensor installed through the wall). Includes 70 watt high pressure sodium exterior light. 0017 - 1 Each: Direct Freight and Handling to consolidation point to freight forward. Manufacturer: ARMAG Corporation, Model # (NSWC 3046-93-1) or equal. *Note: The manufacturer and model number provided above are for reference purposes only. "Or equal" items may be accepted if they meet all the specifications of the product referenced above. If offerors submit an "Or equal" item they are required to provide at a minimum the company name who manufacturers the items, the model #, measurements (in inches), and pictures to support the "Or equal" item being offered. The Government reserves the right to reject an "Or equal" item based upon the Contracting Officers discretion. Items shall be delivered (FOB Destination) to the following address: Local Vendors: Michael A. Lovano 386 ECONS American Gate Ali Al Salem AB, Kuwait 09855 Stateside Vendors: Michael A. Lovano NEW CUMBERLAND DDSP: W25N14 - Consolidation & Containerization Point DDSP New Cumberland Facility, Bldg 2001 CCP, Door 135 thru 168 New Cumberland, PA 17070-5001 Truck Appointments: 717-770-4754 (#4) (Additional shipping instructions will be provided at time of award.) Delivery is solely the responsibility of the offeror and the offer shall include the total number of days to deliver all the items. If an offeror does not include the number of days to deliver to the address above they will be considered non-responsive to the solicitation. All questions must be submitted to the Contracting Officer no later than 4:30 PM, Eastern Standard Time on Thursday, 7 April 2011. Questions submitted after this date and time will not be considered. The offeror is solely responsible for the performance of all inspection requirements and quality control. The following provisions and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999) - The addendum to paragraph (a) is as follows: 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: Technical capability of the item offered to meet the Government requirement, price and total number of delivery days where technical capability and number of delivery days, when combined are approximately equal to price; FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Jun 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011) applies to this acquisition. The following FAR Clauses under this clause are checked and are applicable to this acquisition: (b1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995); FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); FAR 52.211-6 - Brand Name or Equal (Aug 1999); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); FAR 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (May 1999); FAR 52.247-34, F.O.B. Destination (Nov 1991) applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition (Mar 2011). The following FAR Clauses under this clause are checked and are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984); and 252.247-7023, Transportation of Supplies by Sea (May 2002). The full text of these clauses and provisions may be assessed electronically at the following website: http://farsite.hill.af.mil. Please submit all quotes electronically to Michael Lovano, Contracting Officer, at michael.lovano@asab.afcent.af.mil. All responsible offerors may submit a quote, which shall be considered by the agency. All offerors responding to the solicitation that are located in the United States are required to be registered in the Central Contractor Registration in accordance with FAR 52.204-7, Central Contractor Registration (Apr 2008) and are also required to complete Offeror Representations and Certifications in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2011). If an offeror from the United States does not meet the above requirements they will be considered non-responsive to the solicitation. All quotes shall include the manufacturer, the model number, the measurements (in inches), pictures, price (US dollars only), number of delivery days, company, point of contact, point of contact phone number, and any payment discount terms. Each offer shall clearly indicate the capability of the items to meet all specifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USCENTAF/ECONS386/F1EMXG02950100/listing.html)
 
Place of Performance
Address: 386 ECONS, APO AE 09855, APO, Non-U.S., 09855, Kuwait
 
Record
SN02415695-W 20110403/110401235053-9a64731c1f2ee9cdad24a24d5a8388c9 (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.