Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOLICITATION NOTICE

49 -- Aerial Lift

Notice Date
9/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8751-07-Q-0605
 
Response Due
9/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-07-Q-0605 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070828. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is issued as a total small business set aside under NAICS code 333923 and small business size standard of 500 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Versa lift Tel-29-El or equal Qty: 1 TIME Manufacturing Co. Tel-29-El Description: Insulated, end mounted, telescopic aerial lift Minimum Specifications are listed below. Platform Height: 28 ft, 9 in Working Height: 33 ft, 9 in Horizontal Height: 22 ft, 8 in Stow Height: 60 in Platform capacity: 300 lbs Master/slave hydraulic leveling with upper and lower control to tilt for clean out/rescue End mounted, 24 in x 24 in x 42 in fiberglass platform with one step outside platform Electric/hydraulic individual controls and emergency stop Electric/hydraulic controls at turret with stow and unstow Engine start/stop controls at platform and lower controls Emergency lowering system Non continuous 370 degree rotation with mechanical limit system Outer boom is 6 ft x 8 ft, rectangular inner boom is 5 in x 7 in Upper boom articulation is 14 degrees below horizontal to 74 degrees above horizontal. Multi-link hose carrier system through booms Non lube bearings used at all pivot points All pins are high strength alloy steel, chrome plated, hard finished and corrosion resistance Cylinders are threaded end cap design Adjustable slide pads on inner and outer booms Bridge mount pedestal constructed of structural steels and mounted behind cab/inside of body Integral hydraulic oil reservoir with dual sight gauges All hosing and filters are contained within the pedestal for protection Remote 30 gallon hydraulic reservoir Open center system with operating pressure at 2000 PSI with 3.0 GPM 12 volt DC drive system Heavy duty batteries for DC drive and emergency power systems Full body belt and lanyard White urethane paint ANSI A92.2-1990 data plate Two (2) operator/service manuals One (1) year manufacturer warranty Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of award. The place of delivery, acceptance, and FOB destination point is AFRL, 148 Electronic Parkway, Rome, NY 13441-4516. The provision at 52.212-1, Instructions to Offerors ? Commercial Items (Sep 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM Thursday 13 September 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3270 or by email to jacquelyn.fleet@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. The technical description will be used to evaluate a quoted equivalent item and should be in sufficient detail to ensure a meaningful comparison can be made by the government. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - the following evaluation factors shall be used: Price and Technical Capability. Both are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2006) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to complete only paragraph (k) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.232-7003, Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 (Alt III), Transportation of Supplies by Sea Alternate III (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional DFARS provisions and clauses also apply: 252.211-7003, Item Identification and Valuation (Jun 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, Ombudsman (Aug 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. All contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow ? Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Numbered Notes apply: 1. Point of Contact Jacquelyn Fleet, Contract Specialist, Phone 315-330-3270, FAX, 315-330-7513, Email jacquelyn.fleet@rl.af.mil.
 
Record
SN01397043-W 20070908/070906221149 (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.