Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

49 -- Heady Duty Vehicle Maintenance Lift Stations - RFI F8C3VM5261A001

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 156th LS/LGC Muniz Air National Guard, 200 Jose A. (Tony) Santana Ave., Carolina, Puerto Rico, 00979-1514
 
ZIP Code
00979-1514
 
Solicitation Number
F8C3VM5261A001
 
Archive Date
10/9/2015
 
Point of Contact
Mariano Torres, Phone: 7872535238
 
E-Mail Address
mariano.torresfeliciano.mil@mail.mil
(mariano.torresfeliciano.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFI F8C3VM5261A001 Vehicle Maintenance Lift Station THIS IS A REQUEST FOR INFORMATION (RFI) DRAFT SOLICITATION FOR END OF YEAR PLANNING PURPOSES. FUNDING IS NOT CURRENTLY AVAILABLE. HOWEVER, ONCE FUNDING IS RECEIVED WE WILL USE THIS INFORMATION FOR ORDERING PURPOSES. PLEASE STATE HOW LONG PRICES ARE VALID AS A SEPARATE RFQ WILL NOT BE ISSUED. All references to offer/offeror are deemed to have the meaning of quote/quoter and any quote received in response to this RFQ is not binding until contractor signs the purchase order issued at time of award or starts performance. The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, and capabilities for planning purposes. This is a draft combined synopsis and 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 request for information. Quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is F8C3VM5261A001 and is issued as a Request for Information (RFI). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-83, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2015-0406. The solicitation reference number is F8C3VM5261A001 and is issued as a Request for Quotes (RFQ) as Small Business Set Aside. This acquisition is subject to the Small Business Non-Manufacturer Rule. All firms submitting a technically acceptable quote will be considered for award. The NAICS code for the acquisition is 423830, the small business size standard is 500 employees. One award will be made to the vendor that submits the lowest priced technically acceptable quote. The Air National Guard - Puerto Rico requires the following items, Brand Name or Equal, to the following: CLIN 0001 - One (1) 30,000lbs Capacity Heavy duty four (4) Post Surface-Mounted Drive-On Auto Lift with no overhead obstructions, designed for trucks. Product has a 271" wheelbase capability with an overall length of 28' 8-1/8". Product should features 24"-wide runways, ramps and runways have an oil-resistant, non-skid coating. Air-operated, single-point-release locking latches and internal air line with quick disconnects. 220V, 30AMP single-phase electric and air source power for safety. Lift rise at 68 inches. Brand name Rotary or part number equal to SM30. If substitute, item or product specifications is required. 1 EA UNIT PRICE: $ TOTAL PRICE: $ CLIN 0002- One (1) 18,000lbs Capacity Heavy duty two (2) post drive thru Single-point, air-actuated lock system lift station. Padded overhead cut-off switch. Includes four five inches(5") and two ten inches (10") adapters and storage racks. Single push button operation for raising lift and release valve handle for lowering. Lift capacity 15,000 / 18,000 lbs; overall width twelve feet (12') eleven inches (11"); overall height adjustable fifteen feet (15') to sixteen feet (16') six inches (6"); width between columns ten feet (10'); lifting height seven feet (7') five and half inches (5 1/2"); drive thru clearance eight (8') nine and three quarter inches (9 3/4") ; floor to switch 14'5" / 15'11"; motor between two and three horse power (2HP/3HP); power requirements 208/230v, one (1) phase. Brand name Rotary or part number equal to SPO18. If substitute, item or product specifications is required. 1 EA UNIT PRICE: $ TOTAL PRICE: $ CLIN 0003- Two (2) Lift Station Installation 2 EA UNIT PRICE: $ TOTAL PRICE: $ CLIN 0004- Shipping Charges to Carolina, PR 00979-1502 1 EA UNIT PRICE: $ TOTAL PRICE: $ Shipping Information: Delivery to 156th LRS, 200 Jose A. (Tony) Santana Ave, Carolina, PR 00979-1502 See attached document for specifications. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of quotes WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the quoter whose price is judged to represent the best value to the government. BRAND NAME OR EQUAL; EQUAL ITEMS IDENTIFIED SHOULD FURNISH ADEQUATE INFORMATION WITH THE QUOTE TO ENSURE THAT A DETERMINATION CAN BE MADE AS TO THE EQUALITY OF THE PRODUCTS REQUESTED. PLEASE PROVIDE WARRANTY INFORMATION. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) FORMERLY (CCR). Information concerning SAM requirements may be viewed via the internet at www.sam.gov or by calling the SAM Registration Centers at 866-606-8220. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes QUOTERS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet. Quoters that fail to furnish the required representation information via submission or reject the terms and conditions of the solicitation may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; Pursuant to FAR Clause 252.212-7001 the following clauses are hereby incorporated by reference: DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman. RFQ MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination OCONUS (Puerto Rico, U.S. Territory), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the quoter whose price is judged to represent the best value to the government. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** RESPONSE TIME: EMAIL QUOTES WILL BE ACCEPTED AND ARE PREFERRED. REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 156AW BASE CONTRACTING OFFICE (156MSG/MSC) LOCATED AT 200 JOSE A (TONY) SANTANA AVE, CAROLINA, PR 00979-1502 NO LATER THAN 12:00 P.M. E.S.T. ON 24 SEPTEMBER 2015. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL QUOTES WILL BE ACCEPTED AND ARE PREFERRED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA70-1/F8C3VM5261A001/listing.html)
 
Place of Performance
Address: 156 Airlift Wing, Muņiz Air National Guard Base, 200 Jose A. (Tony) Santana Ave., Carolina, Puerto Rico, 00979-1502, United States
Zip Code: 00979-1502
 
Record
SN03893005-W 20150920/150918234929-d717f0ddd1ccd9dd6c47fcdd80e26a8a (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.