Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2012 FBO #3879
SOLICITATION NOTICE

35 -- Purchase/Install Free Standing Crane

Notice Date
7/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
VaANG Base Contracting Officer, Richmond IAP, 61 Falcon Road, Sandston, VA 23150-2523
 
ZIP Code
23150-2523
 
Solicitation Number
W912LQ-11-Q-3004
 
Response Due
7/11/2012
 
Archive Date
9/9/2012
 
Point of Contact
Amy Daniels, 757-225-1794
 
E-Mail Address
VaANG Base Contracting Officer
(amy.daniels@langley.af.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 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. This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. Award will not be made to a large business unless a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 333923 size standard of 500 employees Contract line item numbers and quantities: 00011ea Purchase/Install Free Standing Crane Free Standing Crane, including installation. The hoist shall have a 1 ton lift capacity, mounted on a 1 ton free standing work station w/ 28' 11" of runway, 30' overall length including approx 13" festoon stack up, 15' 4" bridge beam, 13' 4" span between runways, 11' 9" saddle, 9' 11" working height. Crane shall include 20' of lift, push button station with 16' of cord, include load brake and motor thermostat. Shall be compatible with the following electric motor specs: 2.4HP 460V, 3Ph, 60Hz. The contractor shall provide runway and bridge festooning, including flat cables and gliders. The contractor shall weight test and certify after installation is complete. Electrical disconnect at one end of runway to be provided by requesting agency. All measurements listed above are approximates; for this purpose, all offerors are advised they should attend site visit to verify. Site Visit: 28 Jun 12 @ 0930; location: 203 Red Horse Drive, Camp Pendleton, VA, 23451. If you plan to attend the site visit, email amy.daniels@langley.af.mil by noon EST 27 Jun 12. The following provisions and clauses are applicable to this solicitation: 52.204-7 Central Contractor Registration FEB 2012 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts DEC 2007 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.237-1Site VisitAPR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 The following clauses are provided in full text: 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items (a) The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to a small business. Multiple awards will not be considered. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors' initial proposal should contain the best terms from a price and technical standpoint. At a minimum, the offeror must submit an offer schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS; however, it is recommended that as much information as possible be provided for the best value evaluation. The Government intends to award a firm-fixed price contract to the responsible offeror whose offer conforming to the solicitation offers the Best Value to the Government. "Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & past performance will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include past performance, special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced offeror. The Government's selection of a higher-priced, higher rated offer will be supported by a determination that the technical/past performance superiority of the higher-priced offer warrants the additional cost involved. 52.212-3, Offeror Representations and Certifications, 52.212-4 is amended as follows: Paragraph (g) (1): Change requirement for three copies of invoices to 1 copy of invoices. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). The following FAR clauses cited within this clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans, 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332) Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment.. 52.233-2, Service of Protest (192 MSG/MSC, Attn: MSgt Amy Daniels, 45 Nealy Ave Suite 118, Langley AFB, VA 23665)., 52.233-3, Protest After Award, 52.239-1, Privacy of Security Safeguards. 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION). The following clauses and provisions within this clause are applicable: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023, Transportation of Supplies by Sea,. Contractors are required to include a complete copy of the provision 52.212-3 Alt I Offeror Representations and Certifications Commercial Items with their proposal unless offeror has a current ORCA registration online at https://orca.bpn.gov/login.aspx. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). All information relating to this solicitation will be posted on the Federal Business Opportunities website. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 11:59 P.M. EST on 9 July 2012. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. Proposals must be submitted in writing via email by 11:59 p.m. EST on 11 July 2012 to email dennis.jutras@langley.af.mil. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). It is the responsibility of the offeror to verify receipt of all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44-1/W912LQ-11-Q-3004/listing.html)
 
Place of Performance
Address: VaANG Base Contracting Officer 45 Nealy Ave Langley AFB VA
Zip Code: 23662
 
Record
SN02796027-W 20120708/120706234741-8c0ad8d9a266f60225f209bd9b9d3302 (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.