Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
MODIFICATION

39 -- Vertical Storage Kadena AFB

Notice Date
9/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
F2DCCR-Kadena-11
 
Archive Date
10/1/2011
 
Point of Contact
Julien D. Bowns, Phone: 8015860684, Paul Coombs, Phone: 8017774299
 
E-Mail Address
jd.bowns@hill.af.mil, paul.coombs@hill.af.mil
(jd.bowns@hill.af.mil, paul.coombs@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Subject: Amendment to combined synopsis/solicitation for total quantity four vertical carousel storage systems to be delivered to Hill AFB, Utah, and installed at Kadena AFB, Japan. Summary of Changes: Due date for proposals extended to 16 September; Q&A to follow. Questions have been received regarding acceptability of specifications and measurements. Questions and answers will be posted on FBO as attachments to this solicitation between now and the due date of submissions. Please monitor this soliciation regularly. 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. This combined synopsis-solicitation is issued as request for quotation (RFQ) as solicitation number F2DCCR-Kadena-11. It is issued on 25 August 2011 from the contracting office at OO-ALC/PKOA. 6038 Aspen Ave Bldg 1289 NE Hill AFB, UT 84056-5805 This solicitation closes on 16 September 2011. All quotes must be received by 5:00 pm Mountain Time on closing date 16 September 2011. Quotes must be submitted electronically to the Contracting Officer Mr. Paul Coombs at email address Paul.Coombs@hill.af.mil. Set Aside Status: This contract action is not a set aside. Proposed Line Items: CLIN 0001 Vertical carousel storage retrieval system as described by specifications below, including all shipping to Hill AFB, installation, and training costs. Quantity of one (1). Ship to Location: Hill AFB, UT, building 849. Installation Location: Kadena AFB, Okinawa, Japan. CLIN 0002 Vertical carousel storage retrieval system as described by specifications below, including all shipping to Hill AFB, installation, and training costs. Quantity of one (1). Ship to Location: Hill AFB, UT, building 849. Installation Location: Kadena AFB, Okinawa, Japan. CLIN 0003 Vertical carousel storage retrieval system as described by specifications below, including all shipping to Hill AFB, installation, and training costs. Quantity of one (1). Ship to Location: Hill AFB, UT, building 849. Installation Location: Kadena AFB, Okinawa, Japan. CLIN 0004 Vertical carousel storage retrieval system as described by specifications below, including all shipping to Hill AFB, installation, and training costs. Quantity of one (1). Ship to Location: Hill AFB, UT, building 849. Installation Location: Kadena AFB, Okinawa, Japan. Description of requirements: The contractor will be responsible for delivering the machines to Hill AFB, F.O.B. destination. It will be the responsibility of the contractor to unload all supplies from the freight carrier and place them on the doc. Hill AFB will inspect the items and verify them against a bill of materials list before acceptance takes place. The contractor must supply the bill of materials list. Hill AFB will be responsible for packaging and shipping the items to Kadena AFB. The contractor will have the opportunity to inspect and accept the items after they arrive at Kadena AFB. Packing and shipping costs from Hill to Kadena will be the responsibility of the government. The contractor will be responsible for installation of the machines at Kadena AFB, Okinawa, Japan. The contractor is responsible for all installation costs, including but not limited to labor, travel, lodging, tools, and hardware, etc. The government will not provide labor, tools, machinery, hardware, etc for use during installation. For example, you may be able to lease machinery from commercial rental businesses in Japan if you choose not to ship it. Final acceptance will take place after the contractor has successfully installed the machines, performed the adequate tests, and conducted the required training. It is required that the contractor plan accordingly to ensure employee access to Hill AFB and Kadena AFB prior to delivery and installation dates. This may include background checks, security passes, passports, and visas. Site Specifications The approximate floor space available is 125 inches wide by 85 inches deep. The ceiling height is approximately to 216 inches. All 4 units will be installed in the same building, very close to each other. Access to the building is available through man doors and large roll up over head doors. Machine Specifications The solution currently in place at Kadena is a White 2400 system. Our requirement is to provide a solution very similar in dimensions. Proposals should address each of the following elements, but are not required to be exactly the same: Off the shelf Item: This must not be a developmental item. You must currently manufacture a product of similar size and function. PAN PITCH and CLEAR HEIGHT: 24 inch pitch, 22.5 inch clear height minimum AMENDED Pan Size: 25" deep by 100" wide minimum. Storage containers will be placed inside the pans so it is very important to meet the minimum depth. The storage container boxes being placed in the pans are 25 inches in length. Pans must accommodate these storage containers. Number of pans: please specify Pan capacity: 800 lbs Pan coating: Polyamor or equal to protect against metal to metal contact and corrosive liquids. Coating eliminates requirement to use foam padding, thus saving an inch of storage space on each pan. Adjustability: Intermediate shelves that are secure yet removable. The current solution included 14 intermediate shelves. Please include pricing options or separate pricing for intermediate shelves. Load Imbalance 480 Volt Delta AC connection terminated in a disconnect box next to machine will be provided by Kadena. Internal sprinklers (Kadena will connect the sprinkler system), overhead dust cover, full width lighting, lockable door, powder coat exterior finish Seismic Rating of 4 or greater RS232 Port: The controller shall be a command driven interface with asynchronous responses communicating through an ASCII RS232C 9 pin connection. Pan positioning will be directed from Air Force automation control host system MPS/D230 using ASCII commands. The controller shall respond when commands are completed and not require continuous polling to determine completion status. AMENDED Counter: Full width counter, aprx 15 inch, stainless steel or polyarmor coated or similar. Delivery and Acceptance: Acceptance will not take place until after installation to include a thorough test run and training of employees by the contractor. Delivery to Hill AFB must be accomplished prior to (NTE) 90 days after receipt of contract award. After award, it will be the responsibility of the contractor to contact Mr. Robin Barraclough at Hill AFB to arrange the specific delivery, installation, and training date or date(s). Mr. Barraclough can be reached at (801) 777-1027. Instructions to Offerors: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers quotes must conform and contain all required information. All offeros must address each element listed in the Description of requirements, also to include delivery, installation and training by describing if their product meets, exceeds, or does not meet the requirement. Failure to address all elements may result in the government determining the quote technically unacceptable for award. Clearly indicate any deviations from the specifications. The Air Force is proposing a firm fixed price line items 0001 - 0004. This price is to include travel and installation expenses. All quotes deviating from this proposal must be clearly marked. Evaluation of Quotes: The following procedure will be used instead of procedures described in provision 52.212-2. (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 government will use a Best Value Determination to determine the successful offeror IAW FAR 13.106-1(a)(2). (b) Factors for award include price, machine characteristics, and machine performance. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. While we anticipate a vertical carousel as meeting our storage needs in the most efficient manor, we will accept alternate proposals, i.e. vertical lift modules. You may submit more than one proposal. Representations and Certifications: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Terms and Conditions: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional clauses applicable to this acquisition include: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); Other clauses applicable to this acquisition include: 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Point of Contact: Contact the Contract Specialist or the Contracting Officer for information/questions regarding this solicitation. JD.Bowns@hill.af.mil 801-586-7982 Paul.Coombs@hill.af.mil 801-777-4299
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2DCCR-Kadena-11/listing.html)
 
Place of Performance
Address: Kadena, AFB, Japan, Japan
 
Record
SN02570481-W 20110911/110910000926-c316cc0c0070e4b7eeb889f32e460100 (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.