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

71 -- Questions and Answers - Kardex Remstar (or equal) Megamat Tool Storage System - Questions and Answers (Clarifications)

Notice Date
9/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3T41186A004
 
Archive Date
9/27/2011
 
Point of Contact
Sarah W. Pyatt, Phone: 8439633337, Tamara F. Lee, Phone: 8439635158
 
E-Mail Address
sarah.pyatt.1@us.af.mil, tamara.lee.4@us.af.mil
(sarah.pyatt.1@us.af.mil, tamara.lee.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Q&As - F1M3T41186A004 Kardex Remstar (or equal) The purpose of this amendment is to provide the following questions, answers and clarifications: 1. A manual door with a key lock is acceptable. 2. What is the minimum weight load capacity of the carrier (shelves)? Response: 400 lbs minimum load capacity. 3. What are the dimensions of the carriers (shelves) width, depth, height? Response: Height 11" minimum. Width and depth can be determined by the manufacturer to meet the machine size of 17"H x 146"W x 72"D (approximately) 4. What electrical power is available? Response: 220v 3 phase provided. Solicitation closing date/time remain the same. ************************************************************************ COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. (ii) The solicitation/synopsis reference number is F1M3T41186A004 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, effective 01 April 2011. (iv) This acquisition is solicited on an unrestricted basis. The associated North American Industrial Classification Code (NAICS) code is 337215 with a small business size standard of 500 employees. (v) All responsible sources may submit a quote which will be considered by the agency. THIS COMBINED SYNOPSIS/SOLICITATION IS ISSUED ON A BRAND NAME OR EQUAL BASIS. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION. A site visit will be conducted on 08 Sep 2011 at 10:00 am EST. All contractors shall meet at the Visitors Control Center (VCC), Bldg 1953, Joint Base Charleston, SC. Please contact Sarah Pyatt at 843-963-3337 or email to sarah.pyatt.1@us.af.mil no later than 07 Sep 2011 by 2:00 pm EST with no more than two names of those who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. Section B: Schedule of Supplies/Services MFGR: Kardex Remstar, LLC of Westbrook, ME Contractor to furnish all labor, materials, parts and equipment necessary. CLIN 0001 Kardex Remstar (or equal) Megamat Tool Storage System, Qty: 1 Each : See attached Performance Work Statement (PWS) Capacity = 30 Shelves Size 17'H x 146"W x 72"D (approximately) Light over work surface 220 volt Stainless Steel work center Two Emergency stop features Lifetime Warranty on Motor vi) Purchase of one (1) each Kardex Remstar Megamat Tool Storage System (or equal) and related items for Joint Base Charleston, South Carolina (See CLIN 0001 at section (v) above). vii) Ship to Address: 437 LRS/LGRV 201 N Graves Ave, Building 407 Joint Base Charleston, SC 29404-4903 FOB: Destination Inspection and Acceptance at destination by Government. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008), and any addenda thereto applies to this acquisition. (ix) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999). 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: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. If the product of the lowest offeror is technically sufficient to meet the needs of the Government, the evaluation process will stop and award will be made to that offeror without further consideration of an any other offers. (x) Offerors are to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with offer or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (June 2010), and any addenda thereto applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (April 2011), applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.223-15, Progress Payments Not Included (Apr 1984) 52.228-5, Insurance -- Work on a Government Installation (Jan 1997) 52.236-2, Differing Site Conditions (Apr 1984) 52.236-6, Superintendence by the Contractor (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d) Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the government. Acceptance of the standard commercial warranty does not waive the government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of _______________ months. (Offeror is to insert number) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data) • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: Carolyn.Choate@us.af.mil. (> $25K) • AFFARS 5352.223-9001, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) • AFFARS 5352.242-9000, Common Access Cards (CACs) for Contractor Personnel (Aug 2004) 23.804 -- Contract Clauses. 52.223-11, Ozone-Depleting Substances, in solicitations and contracts for ozone-depleting substances or for supplies that may contain or be manufactured with ozone-depleting substances. (xiv) The Defense Priorities and Allocations System (DPAS) priority rating for this requirement is priority 13. (xv) Responses to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 12 Sep 2011 no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3T41186A004. (xvi) Address questions to Sarah Pyatt, Contract Specialist, at (843) 963-3337, fax (843) 963-5183, email sarah.pyatt.1@us.af.mil or Tamara Lee, Contracting Officer, Phone (843) 963-5158, email tamara.lee.4@us.af.mil. Note: For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov. PERFORMANCE WORK STATEMENT FOR Building 176 MHE JOINT BASE CHARLESTON, SC 25 August 2011 STATEMENT OF WORK FOR Building 176 MHE Upgrades INTRODUCTION: The 437th Operations Support Squadron requires a contractor to provide shelving units for the MHE in building 176, Joint Base Charleston (AFB), SC 29404. Request one mechanical vertical carousel. The carousel will have shelf space to hold all tools and parts. There is available space for one carousel measuring approximately 146"W x 17'H x 72" D. The carousel should hold 30 shelves and be equipped with an electric door with pass code security to secure contents, stainless steel work counter, ability to hand crank machine without power, keypad located on swing arm, light above work counter, and keyed locks on lower access panel. 1. DESCRIPTION OF SERVICES. The Contractor shall provide turn-key end products to include all management, tools, supplies, equipment, and labor necessary to install one mechanical vertical carousel in the MHE area of building 176 at Joint Base Charleston in accordance with the manufacturer's specifications and industry standards to include: ITEM QUANTITY MANUFACTURER SIZE/CAT# KardexRemstar Vertical Carousel (Brand Name or Equal) 1 Each KardexRemstar (or Equal) 1155/356/28 1.1. INSTALLATION. The Contractor shall: - Provide a designated project manager, with authority to authorize changes or system modifications and to coordinate equipment installation and testing - Prepare installation drawings. - The entire storage system shall be installed professionally by the Contractor in accordance with the manufacturer's specifications and industry standards to include all fire and safety codes. - The Contractor shall fully test system to confirm proper functionality. - The Contractor will be responsible for all cleanup and removal of packaging materials, supplies and crating, not necessary for use and warranty of the system. - Provide detailed description of the manufacturer and installer warranty. - Contractors shall provide a site supervisor on location and all work shall be performed during regular duty hours (7:30 AM - 4:30 PM EST). - The Contractor shall provide all manuals, literature and warranty information for the system. - The Contractor shall provide end-user training and demonstration (to include electromechanical operations and maintenance) after installation. - Provide electrical specifications to Government (628 CES/CECE) 1.2. GOVERNMENT FURNISHED PROPERTY The Government will furnish the following: - Removal of existing shelving units - Provide power drop within 15' of Vertical Carousel Unit - Provide Voltage 3 Phase with circuit breaker for each unit with NEMA lock out box (1) 110V quad outlet for general utility - Remove all lights, electrical components, sprinkler heads and water pipes that will interfere with the installation. - A staging area will be provided for the unloading of equipment (mobility yard behind building 506, near installation area)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3T41186A004/listing.html)
 
Place of Performance
Address: 437 LRS/LGRV, 201 N Graves Ave, Building 407, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02570482-W 20110911/110910000926-e16ec7ee446e2597fbd02d53019d6ece (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.