MODIFICATION
39 -- Free Standing Overhead Bridge Crane System
- Notice Date
- 8/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4A3302179A001
- Archive Date
- 9/15/2012
- Point of Contact
- Quinton M. Mitchell, Phone: 8502834135
- E-Mail Address
-
quinton.mitchell@tyndall.af.mil
(quinton.mitchell@tyndall.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 FAR 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 solicitation reference number is F4A3302179A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and Defense DPN 20120724. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 333923. The business size standard is 500 employees. This request for quotation consists of the following items or equal. If submitting an or equal product, please supply manufacturer name and part number, and specifications if available. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. Line Items to include: CLIN 0001: Free Standing Outdoor 10-Ton Capacity dual overhead Bridge Crane System (or equal) with installation to include delivery, unloading, assembly, installation and weight test certification of all required components. Overhead crane requirements: - Crane type single girder top running dual motor to include dual 5-ton hoist (or equal) - 10-ton bridge capacity with dual and independent NEMA 4 X pendent controls, electric wire rope(or equal) - 20ft.-0in. hoist lift (or equal) - 2-speed hoist control at approximately 20 FPM high speed and 3.3 FPM slow speed (or equal) - Under running motorized trolley 2 step VFD at 65 FPM maximum enclosed trolley and runway conductors (or equal) - 90ft.-0in. long runway system with 20ft.-0in beam width crane span (or equal) - A-4 bridge drive 2-step VFD at 120 FPM max (or equal) - Power: 220Volts-Single phase-60 hertz CMAA-74 Class C outdoor service with NEMA 4 enclosures (or equal) (1 each) **Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. This is an end-of-year-unfunded requirement subject to the availability of funds. Quotes must be valid through 1 October 2012. ** EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to 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 factor(s) considered. The following factors shall be used to evaluate offers: 1. Technical Capability: The offeror's proposals will be evaluated against the attached specifications on a pass/fail basis. 2. Price: The lowest price technically acceptable will be considered for award upon confirmation of technical capability. 3. Warranty Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-7 Central Contractor Registration FEB 2012 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-2 Evaluation - Commercial Items JAN 1999 52.212-3 Offeror Representations and Certification--Commercial Items APR 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUL 2012 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation APR 2012 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-18 Availability Of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.247-34 F.O.B. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-3 Alterations in Solicitation APR 1984 52.252-4 Alterations in Contract APR 1984 52.252-6 Authorized Deviations In Clauses APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 5352.201-9101 AETC Ombudsman JUL 2010 WAWF WAWF JAN 2008 Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information. Interest parties must include, with their quote, their CAGE code, tax indentification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3302179A001/listing.html)
- Place of Performance
- Address: Tyndall AFB, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02837967-W 20120816/120814235625-dc876a11f30a6f95668d01c81cc1a701 (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 |