MODIFICATION
81 -- Metal Shelving Unit
- Notice Date
- 6/15/2012
- Notice Type
- Modification/Amendment
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q2EM2065A001
- Point of Contact
- Warren C. Rehrer, Phone: 3026775028
- E-Mail Address
-
warren.rehrer@us.af.mil
(warren.rehrer@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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 solicitation number is F1Q2EM2065A001 and this solicitation is being issued as a Request For Quote. The Government intends to award a Firm Fixed Price Contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-58 and Defense Acquisition Circular 20120522. The North American Industry Classification System Code (NAICS) is 423830, size standard 500 employees. The contractor shall provide the following items: CLIN 0001: Proper Storage Systems Part # SI 2000 98X36-4-72 ADJ DIV SBD "OR EQUAL" in accordance with attached Statement of Need. CLIN 0002: Removable T-Handle - An ergonomic aid to assist in pulling fully loaded drawers, mainly from the upper and lower level shelves. See Attachment 1, Statement of Need The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. The provision at 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price only. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available, IAW FAR 52.107(b). Clause 52.211-6, Brand Name or Equal Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clause 52.204-7, Central Contractor Registration Clause 252.204-7004 Alt A, Central Contractor Registration Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Clause 52.247-34, FOB Destination Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause 252.232-7010, Levies on Contract Payments 52.219-28, Post Award Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-50, Combating Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.233-3, Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. 52.233-4, Applicable Law for Breach of Contract Claim 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran- Certification Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clause 252.232-7003 Electronic Submission of Payment Requests. Clause 5352.201-9101 Ombudsman. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote the by 29 June 2012 at 16:00 hrs (4:00 PM) EST to the contracting office by email in order to be considered for this contract. If you have any questions, please contact the POC below by 28 June 2012. POC information: Warren Rehrer, Amn, USAF 302-677-5028 Warren.rehrer@us.af.mil Attachment 1: Statement of Need STATEMENT OF NEED Maintenance Tools for Fabrication Flight/Metals Technology Section Need 1 ea. Metal Storage Cabinet: 108" wide, 47" deep, and 72" tall - A storage system to adequately store and maintain necessary operating stock IAW AFI 21-101 Chapter 11, Para 11.9/11.11. - Install a permanent storage assembly that will eliminate material co-mingling, safety hazards and potential material waste. - Available storage area allows for a unit no larger than 14 feet in length and 8 feet in width. - Storage system will have to be capable of supporting weight of up to 2000 pounds per individual shelf. - Unit must be completely enclosed, with front side access on a hinged double door. - Unit must have capability to be secured through a locking mechanism. - Shelves must be mobile and be able to extend outward to allow for ease of material removal, with handles attached to outside face. - Shelves must also be fitted with adjustable dividers for multiple items and lengths per shelf. Height of dividers will be the full height of each drawer and slightly below the shelf above to allow for maximum storage, and again adjustable in nature to allow for multiple lengths/unique shapes of shopstock. - Will need a minimum of 4 ea shelves, with an over dimension of 98" x 36" per shelf. - Each shelf will need to be a minimum of 9" apart to allow for ease of storage and access. - Unit must not have a total height to exceed 72 inches. - Unit must have the capability to be permanently mounted (bolted) to the floor/wall to eliminate tipping potential. - Unit must be fitted with a safety interlock system, preventing more than one shelf from extending at any given time. - Sides, back and doors need to be constructed of 12 Gauge Steel. - Storage unit must ship assembled. - Desired delivery date 01 July 2012. Must have Life time Guarantee, Laser cut keyed locks, industrial grade/heavy duty construction, and roller bearing drawer guides. Must be heavy duty drawers to support weight of tools and hard wood work table-top/surface
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q2EM2065A001/listing.html)
- Place of Performance
- Address: Dover AFB, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN02777304-W 20120617/120615234935-1720e0814640cc99ab87c52354e68013 (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 |