Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2008 FBO #2400
SOLICITATION NOTICE

35 -- Stretch Wrap Machines

Notice Date
6/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-08-T-0092
 
Point of Contact
Roberta M Witmer,, Phone: 717 770-7126
 
E-Mail Address
Roberta.Witmer@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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, quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation, solicitation number SP3100-08-T-0092. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 June 2008, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080513 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and Proc Ltr 2008-21 thru 26. The complete text of any of the clauses and provisions may be accessed in full text at http://www.farsite.hill.af.mil. This acquisition is a small business set-aside requirement. The associated North American Industry Classification System (NAICS) Code is 333993 and the small business size standard is 500 employees. The Defense Distribution Center Pearl Harbor, Pearl Harbor, HI (DDPH) has a requirement for the purchase and installation of three (3) stretch wrap machines. The contractor shall furnish all necessary labor and material to deliver and install three (3) new stretch wrap machines. All equipment furnished shall be new from the manufacturer’s most current production and workmanship. Accessories not specifically mentioned herein, but necessary to furnish complete system ready for use, shall also be included and named. Contractor must provide all technical information with their quote. All transportation/shipping and installation shall be provided by the contractor. The contractor shall also provide all the necessary training for the employees at the Defense Distribution Center Pearl Harbor, HI on the proper operation and safety features of the machine. The main components of the stretch wrap machine are as follows: 1) Load capacity 56” X 56” X 80” 2) Weight capacity 4,000 lbs. 3) 4 point caster turntable support system or equivalent 4) 3-15 rpm variable turntable speed 5) Soft start acceleration 6) ˝ HP motor 7) Positive turntable deceleration and alignment 8) 12-point film carriage guidance system or equivalent 9) Fully electronic dynamic film dancer or equivalent 10) Automatic load height sensor 11) Variable speed film carriage control 12) 1-9 revolution film wrap counters 13) 30” film mandrel 14) Color – manufacturer’s standard 15) Complete set of manuals Description of Contractor’s Tasks: Task 1; Purchase/Delivery/Set-up of stretch wrap machines. Contractor is responsible for removal and disposal of all shipping, packing and any trash. Task 2; Operator Training. After installation is completed on first system, contractor shall provide a one-time operator training session. Certification and Acceptance: Final acceptance of the stretch wrap machines will be performed at DDPH. Shipping information. DODAAC SB3111, Defense Distribution San Joaquin, CCP Whse 30, Mark for SB3111 TCN: SB3111-81353056, 25600 South Chrisman Road, Tracy, CA 95376-5000. Final Destination Address. Defense Distribution Center Pearl Harbor, MF Boss Supplies, 840 Vincennes Avenue, Bldg 1900, POC: Robert New, Pearl Harbor, HI 96860-4549. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at: http://www.farsite.hill.af.mil FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are hereby deleted from this provision: (e) Multiple Offers (l) Availability of requirements documents cited in the solicitation. Price quotes and the certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00 PM EST, 3 JULY 2008: 1) email to: Roberta.Witmer@dla.mil 2) fax to: 717-770-7591, ATTN: Roberta Witmer, or 3) mail to: Defense Distribution Center, Acquisition Operations, DDC-AB, 2001 Mission Drive, Building 404, ATTN: Roberta Witmer, New Cumberland, PA 17070-5001 NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via internet at www.bpn.gov. FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition. The Government intends to award a Firm-Fixed price contract resulting from this Request for Quotation to the responsible offeror whose offer is the lowest price which meets products requirements. Contractor must provide all technical information relative to the machines they are supplying/quoting. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offeror must submit a completed coy of FAR 52.212-3 with their proposal or indicate that they have completed their registration on the internet at http://www.orca.bpn.gov. Failure to include this information with their price proposal may result in the proposal being eliminated from consideration for award. FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Addendum to FAR 52.212-4: 52.247-34FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.219-28Post Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor-Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities 52.222-50Combating Trafficking in Persons 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.247-64Preference for Privately Owned U.S. Flag Commercial Vessels DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Applies to this acquisition. DFARS 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following additional DFARS clause is applicable to this acquisition: 252.225-7036ALT 1, Buy American Act-Free Trade Agreements, Balance of Payments Program
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8eb292159d0eca5d00f58d6c1f9fbbf&tab=core&_cview=1)
 
Place of Performance
Address: Defense Distribution Center Pearl Harbor, 840 Vincennes Avenue, Bldg 1900, Pearl Harbor, Hawaii, 96860-4549, United States
Zip Code: 96860-4549
 
Record
SN01598257-W 20080622/080620223018-e8eb292159d0eca5d00f58d6c1f9fbbf (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.