Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2006 FBO #1724
SOLICITATION NOTICE

39 -- Motorize Trolley on 7.5 Ton Hoists

Notice Date
8/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-6207-0500
 
Response Due
8/24/2006
 
Archive Date
10/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. This will be a 100% Small Business Set Aside acquisition under North American Indust ry Classification System Code 333923, with a small business size standard of 500 employees. SPECIFICATIONS: Provide and install motorizing trolleys on five (5) each 7.5 ton hoists, to include drive unit, drive shaft, reversing contactor, speed contactor, and installation at the following locations: OMS 9, 2883 North Main Street, Spanish Fork, UT 84660; OMS 6, 7602 South Airport Road, West Jordan, UT 84084; OMS 4, 110 East 100 North, Manti, UT 84642; OMS 10, 120 South Main Street, Beaver, UT 84713; and OMS 2A, 590 South 500 West, Logan, UT 84323. Hoists that the motorized trolleys are to be installed on are Stahl Model SH 4016-16 4/1 L2, 7.5 ton capacity, 20 ft lift @ 16/2.6 fpm, low headroom push trolley, flange width 8 ?, 460/3/60-120 volt control. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated either by reference or full text and the clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration (JUL 2006); ( 2) FAR 52.212-1 Instructions to Offerors--Commercial Items (JAN 2006), Addendum paragraph (h) Multiple Awards  delete in its entirety, the government plans to award a single contract resulting from this solicitation; (3) FAR 52.212-2 Evaluation--Commerci al Items (JAN 1999); (4) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (JUN 2006), with Alternate I (APR 2002); (5) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (SEP 2005); (6) FAR 52.212-5 Contract Terms and Con ditions Required to Implement Statutes or Executive Orders  Commercial Items (JUN 2006), the following clauses are applicable and incorporated by reference; FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.222-21 Prohibition of Seg regated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (APR 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 5 2.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration ( OCT 2003); (7) DFARS 252.204-7004 Central Con tractor Registration, Alternate A (NOV 2003); and (8) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAY 2006). EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order o f importance: (1) offerors capability to provide a quality product that meets the governments needs; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed cost proposal, to include product, shipping and installation costs; (2) list of at least three references whose contract has been completed within the past three years or currently in process for similar wo rk covered by this solicitation. Provide the following information for each reference: (a) name and telephone number; (b) date of contract; and (c) brief description of the contract. Failure to provide the above listed items with your offer, may cause yo ur offer to be considere d non-responsive. ADDITIONAL INFORMATION: To receive the award, the offeror must be registered in the Central Contractor Registration (CCR) database, which can be accessed at www.ccr.gov. Offers shall be received NLT 2:00 P.M. MDT on August 24, 2006. Offers may be sent vi a e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01114530-W 20060816/060814221050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.