Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOLICITATION NOTICE

36 -- Vertical Storage Carousels - Diagram

Notice Date
9/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-14-T-0067
 
Archive Date
10/31/2014
 
Point of Contact
Christopher L Hunt, Phone: 6097542862
 
E-Mail Address
christopher.hunt.14@us.af.mil
(christopher.hunt.14@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Diagram This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-14-T-0067 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Effective 25 August 2014 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20140919. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System Code is 337215 with a small business size standard of 500 Employees. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Automated Vertical Carousel System that SHALL meet the following minimum requirements in accordance with the attached Performance Work Statement. Dimensions: -Height: 190" -Width: 135" -Depth: 66" QTY: 1 Each Delivery: 112 Days ADC CLIN 0002 - Automated Vertical Carousel System that SHALL meet the following minimum requirements in accordance with the attached Performance Work Statement. Dimensions: -Height: 220" -Width: 135" -Depth: 66" QTY: 1 Each Delivery: 112 Days ADC CLIN 0003 - Automated Vertical Carousel System that SHALL meet the following minimum requirements in accordance with the attached Performance Work Statement. Dimensions: -Height: 220" -Width: 90" -Depth: 66" QTY: 1 Each Delivery: 112 Days ADC CLIN 0004 - Installation of Carousels/Teardown and Removal of existing units in accordance with the attached Performance Work Statement. The selected vendor will remove and dispose of the existing vertical storage system. The selected vendor will provide delivery and installation of the carousel systems and accessories. The selected vendor will be responsible for providing the labor required for the movement of the carousel system at all times. The selected vendor will provide all necessary material handling equipment such as forklifts or lift platforms to complete the installation. The selected vendor will be responsible for the proper disposal of all packaging/crating materials and/or other waste generated in the installation process. LRS personnel will have access to the carousel system upon installation. All work must be performed Monday through Friday between the hours of 7:00 am and 3:00 pm. No work will be performed on weekends, federal holidays, JB MDL family days or before/after the hours specified on weekdays unless prior approval of the contracting officer's representative is obtained. QTY: 1 Each Delivery: Installation SHALL be complete within 45 business days after delivery. CLIN 0005 - Plastic Storage Bins in accordance with the attached Performance Work Statement. Dimensions: 10" wide X 6" high X 22" deep QTY: 320 Each CLIN 0006- Plastic Storage Bins in accordance with the attached Performance Work Statement. Dimensions: 3" wide X 4" high X 22" deep QTY: 1,450 Each CLIN 0007- Plastic Storage Bins in accordance with the attached Performance Work Statement. Dimensions: 5" wide X 4" high X 22" deep QTY: 540 Each Delivery: 112 Days ADC QUOTATION PREPARATION INSTRUCTIONS: This requirement is being solicited as a 100% Small Business set aside. The solicitation is to be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technical acceptable the offeror must meet or exceed the minimum salient charactersitics as defined in the Statement of Work, and line items. All offerors must submit with their proposal documentation of meeting the minimum salient characteristis. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) at www.sam.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Responses/Offers are due 2:00 pm EDT on 30 September 2014. APPLICABLE CLAUSES/PROVISIONS: CLAUSES INCORPORATED BY REFERENCE In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil 52.203-3 Gratuities Apr 1984 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct 2010 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Apr 2014 52.204-7 System for Award Management Jul 2013 52.204-8 Annual Representations and Certifications May 2014 52.204-13 System for Award Management Maintenance Jul 2013 52.212-1 Instructions to Offerors- Commercial Items Apr 2014 52.212-4 Contract Terms and Conditions-- Commercial Items May 2014 52.212-5 Contract Terms and Conditions Required to Implement Statutes or June 2014 Executive Orders- Commercial Items 52.222-22 Previous Contracts and Compliance Reports Feb 1999 52.222-25 Affirmative Action Compliance Apr 1984 52.223-11 Ozone-Depleting Substances May 2001 52.233-4 Applicable Law for Breach of Contract Oct 2004 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 52.252-2 Clauses Incorporated by Reference Feb 1998 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights Sep 2013 252.204-7000 Disclosure of Information Aug 2013 252.204-7004 Alternate A, System for Award Management Feb 2014 252.223-7008 Prohibition of Hexavalent Chromimum Jun 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Jun 2012 252.232-7006 Wide Area Workflow Payment Instructions May 2013 252.232-7010 Levies on Contract Payments Dec 2006 5352.201-9101 Ombudsman Apr 2014 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances(ODS) Nov 2012 5352.223-9001 Health and Safety on Government Installations Nov 2012 5352.242-9000 Contractor Access to Air Force Installations Nov 2012 Security Forces Appendix Health Care Antiterrorism Statement of Work FY14 Automated Vertical Carousel System for Bldg 1757 Last Revised 3/12/2014 1. General The 87 LRS Materiel Management Flight (87 LRS/LGRM) mission is to provide logistics warehouse storage and supply support for the United States Air Force and JB MDL mission partners. This Statement of Work (SOW) addresses the need to procure automated vertical carousel systems for Building 1757 McGuire AFB. The new vertical carousel system is needed to update the existing vertical storage system and increase storage capacity. 2. Scope of Work The automated vertical carousel systems will be installed in Building 1757 McGuire AFB. The vender will remove the existing vertical storage system and install the new automated vertical carousel system. The vender will provide all necessary hardware for the storage system and install per the manufacturer's specifications. The vender will be responsible for the installation of all power/electrical wiring to the carousel system. 3. Objectives • Provide safe, reliable and accessible storage for warehouse operations. • Proved efficient carousel system for hand-picked items. • Minimal modification to the existing warehouse. 4. Personnel The selected vendor will remove and dispose of the existing vertical storage system. The selected vendor will provide delivery and installation of the carousel systems and accessories. The selected vendor will be responsible for providing the labor required for the movement of the carousel system at all times. The selected vendor will provide all necessary material handling equipment such as forklifts or lift platforms to complete the installation. The selected vendor will be responsible for the proper disposal of all packaging/crating materials and/or other waste generated in the installation process. LRS personnel will have access to the carousel system upon installation. All work must be performed Monday through Friday between the hours of 7:00 am and 3:00 pm. No work will be performed on weekends, federal holidays, JB MDL family days or before/after the hours specified on weekdays unless prior approval of the contracting officer's representative is obtained. 5. Equipment Requirements Bldg 1757 McGuire AFB Base Bid: 3 New Automated Vertical Carousel Systems Carousels: Dimensions: 1st at: -Height: 190" -Width: 135" -Depth: 66" 2nd at: -Height: 220" -Width: 135" -Depth: 66" 3rd at: -Height: 220" -Width: 90" -Depth: 66" Control: -Must be at countertop height (approximately 40" from floor) and must have an imbalance indicator. Safety Features: -Full height access light curtain -Mechanical threshold top and bottom of access -Emergency stop button -Imbalance load indicator Worktable: -Located at access (approximately 40" from the floor) Lighting: -Full width florescent or LED lighting above access Warranty: -Minimum 1 year parts/labor warranty with the option to extend Number of Bins 2,310 Dimensions: 320 @ 10" wide X 6" high X 22" deep 1,450 @ 3" wide X 4" high X 22" deep 540 @ 5" wide X 4" high X 22" deep 6. Deliverables Delivery SHALL occur within 16 weeks after award. Installation SHALL be complete within 45 business days after delivery.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-14-T-0067 /listing.html)
 
Place of Performance
Address: JBMDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN03536358-W 20141001/140930022852-99117d9c93806f2451099264b1c464af (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.