Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2003 FBO #0750
SOLICITATION NOTICE

36 -- Food Beverage Can Densifier, Model Densacan DAC 1200 or Equal

Notice Date
12/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
 
ZIP Code
92043-4306
 
Solicitation Number
N47408-04-T-0507
 
Response Due
1/2/2004
 
Point of Contact
Maria Nailat, Contract Specialist, Phone 805-982-5092, Fax 805-982-4540,
 
E-Mail Address
NailatMC@cbchue.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is Food/Beverage Can Densifier Densacan Model DAC 1200 or equal. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Part 12.6 Acquisition of Commercial Item as supplemented with additional information included in this notice and is Full And Open Competition. A Firm Fixed Price Contract will be awarded using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. N47408-04-T-0507 is issued as a request for quotation (RFQ). This procurement is set-aside for Small Business; NAICS Code is 333298 and the small business standard is 500 or less employees. Delivery will be F.O.B. Origin to Naval Construction Battalion Center, 2401 Upper Nixon Avenue, Gulfport, MS 39501. The principal use of a Food Beverage Can Densifier is to densify aluminum and steel food/beverage/aerosol containers into interlocking biscuits that meet the aluminum and steel industry requirements. The principal use of the interlocking biscuits of densified aluminum and steel food/beverage/aerosol containers is its eventual remelt/detinning, therefore facilitating the materials reuse. The performance of the Food/Beverage Can Densifier shall be designed to process aluminum at a specified density and tin/steel cans in two distinct densities: one for remelt, the other for detinning. Aluminum beverage can biscuit density shall range from 37 to 41 lbs./cu. ft. Steel beverage can biscuit density shall range from 77 to 82 lbs./cu. ft. for remelting. Steel beverage can biscuit density shall be 46 lbs./cu. ft. for detinning. The Can Densifier processing capacity: Flat aluminum cans shall be processed up to 2000 lbs./hr., Aluminum cans shall be processed up to 1200 lbs./hr., Steel cans shall be processed up to 2500 lbs./hr.. The Biscuit dimensions: 11 inches X 13 inches X 9 inches, plus or minus 5 inches in any dimension. The Food Beverage Can Densifier shall be rated to connect to a power source of 240 V, 3-phase 100 amps. CLIN 0001: QUANTITY (1 EACH), DESCRIPTION: Food Beverage Can Densifier Densacan Model No. DAC 1200 or equivalent. The Food/Beverage Can Densifier, as a minimum, shall contain the following features: fully automatic with manual override switches, two density-setting options from the control panel: one for aluminum, the other for steel cans, automatic biscuit size control, automatically adjusts for whole, mixed, or flat cans, agitator system designed to break up can bridging, thermostat controlled heater and self-contained cooler/filtration system, TEFC motors and sealed electrical enclosures, reinforced heavy-duty compression chamber with tongue and groove tracking system, four edged hardened tool steel cutter bar, Automatic shut-off when empty, and the equipment (including conveyer/hopper) shall fit within a 13 feet X 10 feet footprint. The equipment options of the Food Beverage Can Densifier referenced above, shall include the following optional features: Food/Beverage Can Densifier shall incorporate a can influent hopper/conveyor system with magnetic head pulley to separate the aluminum and steels cans prior to densification. The vendor shall provide all necessary material and detailed instructions for the on-site assembly and startup of equipment specified above. The manufacturer shall provide on-site training of personnel in the maintenance and operation of the equipment. A performance test or tests shall be made at the option of the Government to determine whether the equipment meets specifications and is operating properly; however, the vendor shall have the right to be represented at such tests at his expense. Any deficiencies indicated by these tests shall be promptly rectified or remedied by the vendor. Only offers from qualified companies having five (5) years or more experience in the design, construction, operation, testing, installation and training of Food/Beverage Can Densifier will be considered. Upon request, the vendor shall provide supporting documentation to substantiate proposed equipment conformance to the specified equipment requirements. The equipment offered by the vendor must be part of the vendors current standard equipment line as documented by printed product literature, training manuals and maintenance manuals. Products such as a prototype unit, pre-production model, or a highly modified current model, where major components have been redesigned, do not qualify as meeting this requirement. The equipment must be a field proven design, in successful operation for a minimum of two years. Upon request, a government contract number or commercial purchase order must be provided along with the names, company or government agency and the phone numbers of two contacts who have been involved with the operation of the proposed equipment. The requirement for new and current equipment is that, equipment offered by the vendor must be unused and the equipment must have been manufactured no more than three (3) months prior to contract award. CLIN 0002: QUANTITY (1 LOT), SHIPPING: The required delivery of the Food Beverage Can Densifier shall be within 6-8 weeks following issuance of purchase order. The delivery is FOB Origin and ship to Naval Construction Battalion Center 2401 Upper Nixon Ave. Gulfport, MS 39501. CLIN 0003: QUANTITY (3 EACH), OPERATION AND MAINTENANCE (O&M) MANUALS: The O&M manuals shall be provided in three (3) complete sets of O&M Manuals for the equipment. The manuals shall include all manner of instructions, technical data, parts breakdown drawings, electrical schematics, lubrication points, and parts list with part numbers documenting the operation, maintenance and troubleshooting of the equipment provided under this contract. Two complete sets of O&M manuals shall be included with the packaged equipment to be shipped. One complete set of O&M manuals shall be mailed to the below address: Naval Facilities Engineering Service Center Code ESC423, 1100 23rd Avenue Port Hueneme, CA 93043-4370. CLIN 0004: QUANTITY (1 LOT), CONSUMABLES AND SPARE PARTS: The vendor shall include in the proposal a one-year supply of consumable parts (those items that require replacement through normal use of the equipment) for the Food/Beverage Can Densifier. The proposed consumable parts breakout shall include quantity, part description, part number, unit and total cost. These items will typically consist of filters, lubricants, belts, etc. Additionally, a recommended list of spare parts consisting of the quantity, part description, part number, unit and total cost shall be included. The actual spare parts are not to be included in the proposal. The vendor shall extend to the government the full coverage of any standard commercial warranty normally offered in a similar commercial sale. Warranties must cover the entire piece of equipment and explain repair and/or replacement procedures including any special or separate warranties for commercially sourced components manufactured by others. Acceptance of the standard commercial warranty does not waive or limit the Governments rights with regard to the other terms and conditions of this contract. Minimum warranty coverage should be one (1) year, parts and labor. Offerors are required to submit catalog cut sheets, technical data or other written material specifications for all items proposed to be furnished. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors ? Commercial Items . FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): The government intends to make award to the responsible offeror whose offer meets the evaluation criteria, which is technical acceptability (meeting the minimum requirements and the delivery schedule) and price. Both technical and price are equal in importance. Additionally, vendor having manufactured equipment of this type for the specified application for a minimum of 5-years, technical merit, and cost. Offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies as well as FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in 52.212-5 apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13,52.252-2, 52.232-33, and 52.243-1. The following Defense FAR Supplement (DFARS) provisions and clauses apply: 252.225-7000, 252.225-7001, and 252.225-7002. Full text of a clause may be accessed electronically at these address: FAR www.arnet.gov.far and DFARS-www.acq.osd.mil/dp/dars/dfars. Quotes are due NLT 02 Jan 04, 2:00 p.m. (PST). Submit quotes to Naval Facilities Institute, NAVFACCO Code NF20, Attn: Maria Nailat, 3502 Goodspeed St., Ste. 2, Port Hueneme, CA 93043-4337. Refer any questions to POC info below.
 
Place of Performance
Address: NATIONWIDE
 
Record
SN00489923-W 20031217/031215212402 (fbodaily.com)
 
Source
FedBizOpps.gov 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.