Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

34 -- TWO (2) ROLL HEATED LABORATORY MILL

Notice Date
8/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333516 — Rolling Mill Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-09-T-0213
 
Response Due
8/20/2009
 
Archive Date
10/19/2009
 
Point of Contact
Daniel Balizan, 505-678-4349<br />
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(daniel.balizan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) The solicitation number is W911QX-09-T-0213. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-35 dated 14 July 2009. (iv) This acquisition is set-aside for small business. The associated NAICS code is 333516. The small business size standard is 500. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, Two roll heated laboratory mill, in accordance with the minimum specifications of the Government, QTY 1, Unit EA; CLIN 0002, Shipping Charges to APG, MD 21005, QTY 1, Unit LOT. (vi) Description of requirements: TWO-ROLL LABORATORY MILL: Variable Speed 0 40 RPM; infinite friction variations determined by speed of individual rollers; temperature control from room temperature to 125 Degrees F; electrical components capable of operation where flammable gases may be present in the air in quantities to produce explosive mixtures. Hazardous concentrations may exist continuously, intermittently or periodically and consist of Alcohol, Acetone, and Hexane Etc. Classified as Class 1, Division 1, Group D. ROLLS: Two 6 inch x 12 inch or 13 inch (15.24 cm x 30.8, 33.0cm) working face; hardened alloy steel;.004 inch (.13 mm) thick chrome plated turned and ground true on the face and necks; hollow chambered. ROLL ADJUSTMENTS: Range of.010 inches to.500 inches through interconnected housing screws with worm gears; single ratchet handle; simple dials and indicators. ROLL SPEEDS: Individually variable; 10 to 40 RPM standard speed. BEARINGS: Society of Automotive Engineers 660 bronze lined sleeve bearings; operating temperatures up to 350 degrees F. LUBRICATION: Intermittent drip feed oil system; oil drain from the bearing boxes to a sump located within the base; oil seals inboard/outboard of the bearing housings. BASE: Steel; designed for maximum rigidity; enclosing the complete drive and lubrication system; ventilation and access panels at each end of the base. SCRAPER: Stainless steel scraper holders; tool steel scraper blades mounted at each roll. GUIDES: Stainless steel; tilting design; adjustable to the roll openings; within 0.006 inch/0.008 inch (0.15mm/0.20mm) of the rolls. MILL PANS: Stainless steel. SAFETY DEVICES: Front and rear knee operated safety bars; overhead cradle type safety connected to the motor brake.VARIABLE SPEED MOTOR: Rolls individually driven by 5 horsepower (3.7 kilowatt) variable speed motor/reducer, 208 Volt, 3 Phase, 60 Hertz; totally enclosed explosion proof design, driving a triple strand self-lubricating roller chain and sprocket arrangement. VARIABLE SPEED DRIVE ( CONTROLLER): Forward/reverse command keyboard, motor run and jog local/remote drive, stop and digital speed, amps; dynamic braking activated by the Emergency Stop Functions only; NEMA 4x enclosure, 208 Volt, 3 Phase, 60 Hz; remotely mounted. Electrics: Explosion proof NEMA; mill controls located on the machine consisting of Start/Stop, Emergency Stop, Forward/Reverse, Jog/Run, Speed Control, Indicator Lamps, and Temperature Unit Start/Stop; remotely mounted temperature unit and frequency controls. Contractor shall provide onsite installation, start up assistance and operator training. Spare roller set shall be provided. TEMPERED WATER CONTROL SYSTEM (240 DEGREES F), (121 DEGREES C): Closed loop system; pumping minimum 25 gallons per minute and a maximum of 30 gallons per minute; temperature controlled at 250 degrees Fahrenheit maximum; at least 2.1 gallons reserve capacity; rotary unions to minimize heat loss; two independent zones; non corrosive tubing; high temperature safety shut off switch; pressure relief valve; motor, heater and transformer fused separately; meet National Fire Protection Association Electrical Standard for Industrial Machinery; removable heavy duty casters; electrical service shall be 208 volts 3 phase, 60 Hertz. (vii) Delivery is required 22 weeks after date of contract. Delivery shall be made to building 1119B, Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at APG, MD. The FOB point is APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: The technical evaluation will be a determination as to whether the proposed product meets all of the specifications set forth in the solicitation. The technical evaluation will be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a product so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 2. Past Performance: Vendors experience and past performance related to the actual sales of all two (2) roll laboratory mills within the last 12 months. References should include contract numbers, performance periods, and point of contact with phone numbers and email addresses. This Past Performance section of the proposal will be evaluated based upon the extent to which the information demonstrates how the offerors experience contributes to his specific capability for performance of the requirements. Past Performance elements to be reviewed include quality and timeliness of performance. The Government may contact references other than those identified by the offeror and use the information received in the evaluation of the offerors relevant past performance. 3. Price: The offerors proposed price must be consistent with the cost/price proposal. Price will be assessed for completeness and reasonableness. Technical and past performance are of equal importance and when combined are significantly more important than price. (b) The Government reserves the right to award without discussions. 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. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 5.203-3 Gratuities (APR 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), 52.204-7 Central Contractor Registration (JUL 2006), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation (JUN 2007), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004), 252.243-7002 Request for Equitable Adjustment 2005 (MAR 1998) (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xv) Offers are due on 20 August 2009, by 12:00 PM Mountain Standard Time (MST) to be submitted electronically to Daniel.Balizan@arl.army.mil (xvii For information regarding this solicitation, please contact Daniel Balizan, 575-678-4349, Daniel.Balizan@arl.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX-09-T-0213/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD<br />
Zip Code: 20783-1197<br />
 
Record
SN01908586-W 20090814/090813000128-1d9e6b9f02b3b2f8cd554f89ef05e00f (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.