Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
MODIFICATION

71 -- High Density Mobile Storage System - SALIENT CHARACTERISTICS

Notice Date
4/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G1FA1322A001
 
Archive Date
5/15/2012
 
Point of Contact
Caitlyn. B. Bohlman, Phone: 7026529578
 
E-Mail Address
caitlyn.bohlman@nellis.af.mil
(caitlyn.bohlman@nellis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
**As of 27 Apr 2012** All salient characteristics in this document take precedence over those defined in this solicitation. In the event of conflicting information, the information defined in this document shall be relied upon. 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. SOLICITATION #: F3G1FA1322A001 This combined synopsis/solicitation is issued as a Request For Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 Effective 18 Apr 2012 This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS: 337215 CLIN 0001: 1 EA, Deliver and install one (1) High Density Mobile Storage Unit. Minimum Requirements: See attached document titled "salient characteristics" Delivery Schedule: Provide best possible delivery date with quote Delivery Location: Nellis AFB, NV 89191 There will be a site visit on Wednesday 22 February 2012 at 10:00 am PST. The site visit will take place at Nellis AFB, Nevada and we'll meet at the visitor center (intersection of Craig Rd and Las Vegas Blvd) 20 minutes prior for the issuance of visitor passes. Attendance is strongly recommended as pertinent information is exchanged during the site visit and minutes will not be posted. Interested offerors shall notify me of intent to attend the site visit no later than Thursday 16 February 2012 at 3:00 pm PST. Please e-mail caitlyn.bohlman@nellis.af.mil to RSVP for the site visit. FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.203-6 Alt I, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-13, and 52.232-33 DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: DFARS: 252.225-7001, 252.247-7023 Alt III The following additional provisions or clauses are specific to this particular requirement: FAR 52.219-6 - Notice of Total Small Business Set-Aside AFFARS 5352.242-9000 - Contractor Access to Air Force Installations All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to caitlyn.bohlman@nellis.af.mil no later than 30 Apr 12, 2:00 pm PST. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-02-13 14:14:17">Feb 13, 2012 2:14 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-04-27 16:31:24">Apr 27, 2012 4:31 pm Track Changes All existing fixtures will be removed prior to the start of this project. There should be a total of four shelves in all ten of the 36" deep fixtures including the base shelf, and a total of six shelves in all four of the 24" deep fixtures including the base shelf. The shelving shall include complete back and side panels on each fixture, a digital keypad access system, and motorized movement. A ceiling and a floor are not necessary and neither are doors. The digital keypad shall be programmed so each user enters their personal code and the unit will automatically open the fixture that way it can be tracked who the last person to access the equipment stored in each fixture was. It will not interface with any existing security systems. There shall be one key pad per shelving fixture and they shall be programmed so each authorized person will have one code assigned per person that will grant them access to all units but no more than one unit can be open at a time. There shall be codes for up to 200 people as well as a safety mechanism so a person cannot be crushed between the units when closing (not a counter). The first fixture will remain stationary but must still be on the track to match height, all others must be mobile. The last two shelving fixture will face each other so the entire system can be locked up when not in use. To do so, all mobile fixtures shall be closed up towards the stationary fixture. When open, the aisle width shall be 61.5". The shelf arrangement will be as follows: 36" Fixtures - base shelf, plus three more shelves approximately 36" apart 24" Fixtures - base shelf, plus five more shelves approximately 25" apart The structure shall be designed to support 1,000lbs per shelf, including the top of the fixtures. It is a possibility that material may be stored up there as well. Tracks will be built into a concrete base (no plywood) so carts may be rolled over the tracks without difficulty. CORRRECTION: The requested mobile storage system will entirely replace the existing stationary storage fixtures. All fixtures except for the first fixture, will be motorized on an above ground track which will be installed on the existing concrete floor. The first fixture will be on the same track but it will not be motorized. To secure the system tracking, small anchors may be installed into the concrete floor. Anchors shall be no larger than ¼ in. x 2 in. The fixtures being replaced are shown in the pictures posted. Our own personnel will be removing these fixtures. Therefore, removal shall not be included in this buy. **UPDATE 4/27/2012** All salient characteristics described in the attached document titled "salient characteristics" shall take precedence over those in this description. In the event of conflicting information, the information defined in the "salient characteristics" document shall be relied upon. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2012-02-22 15:51:35">Feb 22, 2012 3:51 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2012-04-27 16:31:24">Apr 27, 2012 4:31 pm Track Changes All work will be done during the working hours of 0700 to 1700 (7 am to 5 pm). We will provide all electrical work necessary. There are no prevaling wages for this buy. Additional lighting will not be necessary. CORRECTION: None of the existing fixtures will be part of this requirement. All fixtures will be removed. Therefore, it is no longer a requirement to match the existing shelving and doing so will not give you any sort of advantage since there will be no existing shelving by the time work begins. NOTICE: The response date has been extended. **UPDATE 4/27/2012** All salient characteristics described in the attached document titled "salient characteristics" shall take precedence over those in this description. In the event of conflicting information, the information defined in the "salient characteristics" document shall be relied upon. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][added_on]" value="2012-03-26 16:50:27">Mar 26, 2012 4:50 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][modified_on]" value="2012-04-27 16:31:24">Apr 27, 2012 4:31 pm Track Changes This Combo Solicitation/Synopsis is being reissued to incorporate/define the size standard of a small business for this requirement. In accordance with FAR 19.102(f)(1), a concern is a small business if it has no more than 500 employees and furnishes the product of a small business. **UPDATE 2012** This ruling still applies, meaning, not only does your company have to be a small business, the manufacturer of your proposed product must be a small business as well.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G1FA1322A001/listing.html)
 
Place of Performance
Address: Nellis, AFB, Nellis, AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02733237-W 20120429/120427235051-b1792c50ca5e09d8c476f99af7872ebf (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.