Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

49 -- TIRE CHANGE SYSTEM

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W25G1Q217900O0
 
Response Due
9/26/2012
 
Archive Date
11/25/2012
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. The solicitation number for this procurement is W25G1Q217900O0 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This solicitation is unrestricted. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price, technically acceptable. See Attachment II for the Performance Work Statement (PWS). The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 238290. The SB size standard for this code is 14 Million Dollars. Consistent with the Service Contract Act of 1965 as amended (41 U.S.C 351, et seq.), and FAR Subpart 22, 1002 Wage Determinations based on prevailing rates apply to this contract. See- Wage Determination http://www.wdol.gov/sca.a CLIN 0001 -Purchase & Install Tire Change System; including one (1) Tire Changing Machine,,(Coats Hit 6000) Air System: Automatic Air Inflator/Air Pressure Booster/Air Filter Regulator,(PLC Technology, Acura 13), six (6) Core Removing Tools, and four (4) Tire Cages (Ken-Tool Model T105). CLIN 0002 - Manpower Reporting Requirement All services for the Purchase & Installation of the Tire Changing System will be performed here at Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. This will be a onetime purchase and installation. A site visitation is scheduled for 19 September, 2012 at 10:00 A.M. Eastern Standard Time; all interested respondents must pre-register in order to participate the day of the visitation. Please ensure your representative possesses eye and ears protection and are equipped with safety shoes. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at http://www.sam.gov FAR 52.204-9 Personal Identity Verification of Contracting Personnel (SEPT 2007) FAR 52.204-99 System for Award Management Registration (August 2012) (Deviation) FAR52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.211-6 Brand Name or Equal (AUG 1999); FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2012) (DEVIATION) FAR 52.219-1 Small Business Representations (APR 2011); FAR 52.219-28 Post-Award Small Business Program Representation (APR 2012) FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contracts And Compliance Reports (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); FAR 52.222-41 Service Contract Act of 1965 (NOV 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.237-1 Site Visit (APR 1984) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.247-34 F.O.B Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (MAR 2011); DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 2012) DFARS 252.225-7001Buy American and Balance of Payments Program (JUN 2012) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (May 2002) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail, kevin.a.duffy4.civ@mail.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Please refer to FAR clause 252.232-7006 for WAWF information. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Standard Time on 26, September 2012. All quotes must be marked with RFQ number and title. Email quotes will be accepted. Attachment I 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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. The following factors shall be used to evaluate offers: Lowest Price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO FAR 52.212-2 Technical acceptability shall be based on a technical evaluation submitted in response to the Request for Quote contingent with the Performance Work Statement contained in Attachment II. STATEMENT OF COMPLIANCE Each Offeror must fully complete the attached Statement of Compliance. Failureto complete the Statement of Compliance can result in an offeror not being considered for award of this project. If the Offeror is unable to meet the required specification for any paragraph, the Offeror needs to mark "Non-comply" and the reason they are unable to comply. Alternatives to the specified requirement should be described in sufficient detail to allow the government to determine if the alternative meets the performance intent of the specification. Indication that the Offeror complies with a listed paragraph means that the Offeror understands and intends to comply with that paragraph and its sub-paragraphs. If the Offeror feels that any paragraph in the specification is unclear or needs to be revised, this needs to be covered with the Contracting Officer and resolved prior to submitting the Statement of Compliance. Any revisions to the SOW and/or Statement of Compliance will be coordinated through the Contract Officer's representative so that all parties involved in the bidding process are notified in a timely manner. OFFEROR'S STATEMENT OF COMPLIANCE TIRE CHANGE SYSTEM / BUILDING 57 Paragraph(Check One)Reason for Non-Compliance and/or Justification for Specified Alternative Comply Non-Comply 3.2.1 3.2.2 3.2.3 3.2.4 3.2.5.1 3.2.5.2 3.2.5.3 3.2.5.4 3.2.5.5 3.3.1 3.3.2 3.3.3 3.3.4 3.3.5 3.3.6.1 3.3.6.2 3.3.6.3 3.3.6.4 3.4.1 3.4.2 3.4.3 3.4.4.1 3.4.4.2 3.4.4.3 3.4.4.4 3.5.1 3.5.2 3.5.3.1 3.5.3.2 3.6.1 3.6.2 3.6.2.1 3.6.2.2 3.6.2.3 3.6.2.4 3.6.3 3.6.4 3.6.5 4.1 4.2 4.3 4.4 5.1 5.1.1 7.1 7.2 7.3 7.4 8.1 9.1 9.1.1 10.0 11.0 Authorized By:____________________________________________ Date:____________________________ L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. L21 PACKING SLIPS All deliveries shall include a packing list that references the contract/order number. This applies to packing slips from 3rd party/drop ship vendors. Failure to include the contract/ order number in the packing list will result in payment delays and the possibility of rejected deliveries. Attachment II LETTERKENNY ARMY DEPOT STATEMENT OF WORK TIRE CHANGE SYSTEM - BLDG. 57 1.0SCOPE Furnish all materials and labor for the turn-key installation of a Tire Changing System consisting of a Tire Changing Machine, Automatic Air Inflator, Tire Cages, Air System with associated components as required, compressed air piping and electrical hook-up for the Mobile Power Line (Trailer) Operation in Bldg. 57 at Letterkenny Army Depot (LEAD), Chambersburg, Pennsylvania 2.0APPLICABLE DOCUMENTS The latest edition (in effect at time of contract award), of the following documents form a part of this specification: 2.1Letterkenny Army Depot (LEAD) 2.1.1LEAD 385-4 - Requirements for Security, Safety and Fire Prevention for Contractors Performing Work on Letterkenny Army Depot (Copies may be obtained from Letterkenny Army Depot Directorate of Contracting or the Contracting Officer for this solicitation.) 2.1.2LEAD location drawing - TireChangeArea-Bldg.57.pdf (Copy attached) 2.1.3OSHA Regulation 29-CFR Part 1910.177 Requirements for Medium, Heavy-Duty Truck, OTR, Tractor and Super Singles (Copies may be obtained at www.osha.gov) 3.0SPECIFICATIONS 3.1General Specifications for the System components are based upon commercially available products and shall meet or exceed the following minimum required design and performance specifications. 3.2Tire Changing Machine 3.2.1The Tire Changing Machine shall be heavy duty industrial quality, designed for servicing tubeless tires. 3.2.2The machine shall be capable of changing all 15 degree single-piece highway rims, including demountable Dayton wheels, reverse disc Budd wheels and standard disc wheels. 3.2.3One control stick shall allow pivoting the table top and clamping the rim chuck. 3.2.4Bead loosening, mounting and demounting shall be activated by dedicated two-way foot pedals and accomplished without the use of adapters. 3.2.5Technical Requirements 3.2.5.1Electrical (Preferred):220 Volt, 3 Phase 60 Hz, (TBD) Amps 3.2.5.2Min./Max. Wheel Diameter:16.5 inches to 24.5 inches 3.2.5.3Max. Tire Diameter:44 inches 3.2.5.4Max. Section Width:15 inches 3.2.5.5Tire Types:Tubeless Only 3.3Automatic Air Inflator 3.3.1The Automatic Air Inflator shall be designed to allow the operator to electronically preset tire pressure for automatic inflation to the level required. 3.3.2An additional "Over Pressure Setting" shall also permit programming of over pressure for bead seating, before automatically returning to the required final pressure. 3.3.3The Inflator shall be capable of inflating up to (4) tires at once. The unit and installation shall include all hoses and fittings necessary to provide (4) 25 foot long inflation hoses each with single, lock-on valve connections. 3.3.4A membrane covered display screen shall be incorporated in a die-cast aluminum housing designed for wall mounting. Digital read-out shall be a minimum of 1inch high backlit LCD. 3.3.5Programming shall include auto-start inflation, over pressure bead setting, contents purge cycle, remain at last setting, comprehensive diagnostics and error reporting. 3.3.6Technical Requirements 3.3.6.1Environmental:Operating Temperature Range:-4 F to 158 F Storage Temperature Range:-22 F to 176 F Humidity Range:Up to 95% RH 3.3.6.2Electrical:120 Volt, 1 Phase 60 Hz, (TBD) Amps 3.3.6.3Maximum Inflation Pressure:145 psi 3.3.6.4Accuracy:Pressure Measurement:+/- 0.5% of full scale reading Pressure Reading:1 psi 3.4Tire Cages 3.4.1Four (4) Tire Cages shall be furnished and positioned per the LEAD Drawing. 3.4.2The Tire Cages shall be constructed of heavy gauge steel tubing, welded to a steel base and finished with a painted coating. 3.4.3Cages shall be designed and labeled to meet OSHA regulation 29-CFR Part 1910.177 requirements for Medium, Heavy-Duty Truck, OTR, Tractor and Super Singles. 3.4.4Technical Requirements 3.4.4.1Inside Height:43-1/2 inches (Min.) 3.4.4.2Inside Width:20-1/2 inches (Min.) 3.4.4.3Base:41 inches x 26 inches (Min.) 3.4.4.4General:5-Bar Design 3.5Core Removing Tools 3.5.1Six (6) Core Removing Tools shall be furnished to allow safe installation and removal of tire valve cores during inflation. 3.5.2The Tools shall be constructed with corrosion resistant metal fittings and a clear body enabling the operator to see valve core is fully retracted. 3.5.3Technical Requirements 3.5.3.1Tire Valve Connection:Lock-on 3.5.3.2Inlet:1/4 inch Hose Barb 3.6Air System 3.6.1The Contractor shall be responsible for sizing, selecting and installing all necessary components, interconnect lines and fittings for the System as required to simultaneously operate the Tire Change Machine and Automatic Inflation System. (Ref. Section 3.6.5). 3.6.2Primary components shall include, (but not necessarily limited to), air pressure booster (if required), auxiliary receiver (if required), air filter/regulator and Automatic Air Inflator (Ref. Section 3.3). 3.6.2.1The Air Pressure Booster shall be corrosion resistant aluminum and stainless steel construction and equipped with an exhaust muffler. 3.6.2.2The Booster shall be driven by compressed air and rated for "High Flow" - 50% duty cycle. 3.6.2.3An Air Filter (and Regulator if required) with wall mount bracket shall be furnished and installed in the Air System. 3.6.2.4The Filter / Regulator shall be modular design and include a metal bowl with sight gauge, 5 micron filter and manual drain. 3.6.3All primary components specified in Section 3.6.2 shall be consolidated, labeled and mounted on an independent panel, which shall be affixed to the existing wall at the location designated. 3.6.4The Contractor shall connect to an existing air line located within 25 ft. of Air System panel. 3.6.5The Contractor shall determine if the existing air supply amount will be sufficient to properly operate both systems. (Ref. Section 5.1) If not, the Contractor shall furnish and install an auxiliary pressure tank and/or booster as required, to ensure adequate air pressure at all times for both systems. 4.0INSTALLATION / EXECUTION 4.1All referenced equipment and components shall be located according to LEAD drawing TireChangeArea-Bldg.57.pdf and installed according to the Manufacturer's guidelines. The Contractor shall be responsible for determining exact material requirements for equipment connection based on the approximate location specified. 4.2The Tire Changing Machine shall be bolted to the floor in accordance with Manufacturer's guidelines. 4.3Interconnect air lines / hoses, electrical wiring and fittings shall be selected, sized and installed to meet all applicable codes. 4.4Air and electrical lines from the (LEAD) connection point to the new Tire Machine and Air System shall be neatly attached to the existing wall and/or overhead structure. 5.0PERFORMANCE 5.1Upon completion, the Contractor shall make all necessary final air line and electrical connections, adjustments, and demonstrate to the LEAD Representative that the system operates and performs according to the following Specification: 5.1.1The Air System and Automatic Inflation System shall be capable of providing over-pressure for tire bead set and final set pressure of 75 psi within two (2) minutes maximum for each of four (4) tires while the Tire Machine is being operated. 6.0GOVERNMENT RESPONSIBILITIES 6.1LEAD will provide clear access to the working area. 6.2LEAD will furnish power for hand held tools. 6.3Primary compressed shop air source (Approx. 85 psi) connection with shut-off valve within 25 ft. of Tire Changing Machine and Automatic Air Inflator location. 6.4208-230 Volt - 3 Phase - 60 Hz. Disconnect within 25 ft. of Tire Changing Machine. 6.5120 Volt - 1 Phase - 60 Hz electrical box within 25 ft. of Automatic Air Inflator location. 7.0CONTRACTOR RESPONSIBILITIES 7.1The Contractor shall be responsible for the conduct and work performed by their employees and/or any Subcontract employees. 7.2Furnish all labor, tools, parts, transportation, unloading, material handling, and associated expenses as required to install equipment as specified. 7.3Contractor shall incorporate daily "housekeeping" practices which leaves the affected area free of construction-generated dust / debris and floor surfaces swept clean. 7.4Ensure scrap, excess materials and discarded parts are removed from LEAD upon completion of work. 8.0DOCUMENTATION 8.1Two (2) complete sets of Operation/Maintenance manuals with replacement parts list shall be furnished with the equipment. 9.0HOURS OF WORK 9.1All work shall be performed between the hours of 7:00 AM and 3:30 PM, Monday thru Friday, exclusive of Federal Holidays and Additional Depot Closure Days. Other hours, weekend, and/or holiday work will be considered separately as requested by the Contractor and approved by the Contracting Officer. 9.1.1FEDERAL HOLIDAYS: The following is a list of Federal Holidays: Martin Luther King's Birthday, Presidents Day, Memorial Day, July 4, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas Day, and New Years Day. 10.0PRESERVATION, PACKAGING, AND DELIVERY When applicable, the Contractor shall use standard commercial methods for preservation and packaging appropriate for the equipment and acceptable to transportation methods. As a minimum, all areas susceptible to damage from exposure to the elements shall be preserved and/or packed to prevent damage. The Contractor shall be responsible for ensuring the equipment is delivered to LEAD in good condition. The government will not assume any responsibility for the unloading storage or handling of equipment. 11.0WARRANTY Supplier shall provide a minimum of one year warranty on all components and workmanship, commencing with the date of final acceptance by LEAD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/896debf6c66072b2e44d09adee29b7b4)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02879587-W 20120914/120913001013-896debf6c66072b2e44d09adee29b7b4 (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.