|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 27,1998 PSA#2019Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 39 -- CONVEYOR SYSTEM, DUST DISCHARGE, SCREW TYPE SOL N00244-98-Q-0091
DUE 013098 POC Point of Contact is Gwen Young, Contracting Officer at
619-532-2890; FAX 619-532-2347 WEB: Click here to learn more about FISC
San Diego and additional contracting opportunities.,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote
electronically or to contact the Contracting Officer via e-mail.,
gwen_young@fmso.navy.mil. The deadline for submission of quotes for
this announcement is hereby extended to 3:00 p.m. on Friday 1/30/98.
The original notice, with minor corrections, is republished below. This
announcement is published as a Total Small Business Set-Aside action
per FAR 52.219-1 and 52.219-6; all eligible, responsible sources may
submit an offer. This is a combined synopsis/solicitation for
commercial items prepared in accordance with FAR 13.6 and the format in
FAR Subpart 12.6, as supplemented with additional information included
in this notice. This announcement constitutes the ONLY solicitation;
quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT
BE ISSUED. Solicitation/RFQ number N00244-98-Q-0091 applies. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-01 and Defense
Acquisition Circular 91-11. The standard industrial code is 3535 and
the business size standard is 500 employees. This requirement is for a
fixed priced contract for seven (7) line items as follows.
CONVEYOR-TO-DUST COLLECTOR INTERFACE. The conveyor system must be
compatible with existing dust collecting equipment in use at the
Construction Battalion Center (CBC) in Gulfport, MS. The existing
equipment consists of two Torit Products Division of the Donaldson
Company, Inc. Model DFT 4-80 EDAP dust collectors installed side by
side. These collectors have five hoppers each and each hopper empties
into a 55-gallon drum (See Drawing NCBC-3). Currently, the 55-gallon
drums catch and store dust from garnet blasting operations and are
periodically emptied into a dumpster. The conveyor system will be
installed in place of the ten 55-gallon drums located beneath the dust
collectors. The system will provide continuous transfer of the garnet
blasting dust, paint dust and rust scale from the dust collectors
directly to a covered dumpster adjacent to the dust collectors without
interrupting blasting operations (See Drawings NCBC-4 and NCBC-5).
Details of the Torit dust collector flanges are provided in Donaldson
Torit Drawing No. IG061123 (note: this drawing is unavailable for
release from this agency). DISCHARGE SPOUT DIMENSIONS: Floor space
available for installing the conveyor system is limited. The conveyor
system shall be designed to transfer garnet dust from the dust
collectors to an enclosed dumpster located sixteen (16) feet
perpendicular to the conveyor centerline (see Drawing NCBC-6).
Discharge spout dimensions and angle of incline may vary based on
manufacturer's standard commercial components used in the discharge
spout configuration. The discharge spout shall be sized lengthwise and
inclined as required to provide adequate clearance between the
discharge spout and a 50" tall x 96" wide x 18 ft. dumpster when the
dumpster is positioned perpendicular to the discharge spout. If a
support is required for the discharge spout, the support shall be
located so as to provide ample clearance if the dumpster is misaligned
up to four (4) feet in any direction from the downspout centerline.
CONVEYOR TO DUMPSTER INTERFACE Garnet blasting dust will be transferred
from the conveyor downspout to an enclosed dumpster via a flexible dust
collector hose. (the next sentence has been corrected) The bottom end
of the dust collector hose will be clamped to one of three pipe stubs
on the dumpster lid with a quick-release, over-center clamp. Once a
portion of the dumpster below the pipe stub is filled with garnet dust
the clamp will be released, the discharge spout and downspout hose
will be positioned (correction) over another pipe stub, and the hose
clamped to the stub. ITEM 1 -- Quantity of one (1) each: Conveyor
system shall consist of but not be limited to the following: (1) Screw
conveyor, approx. 36 feet long x not less than 9-inch nominal
diameter, consisting of screw, housing, cover, shaft, bearings, seals
and drive. Cover for conveyor housing shall be complete with ten inlet
openings equipped with flanges for interfacing with two side-by-side
Torit Model DFT 4-80 EDAP Dust Collectors (see Conveyor-to-Dust
Collector Interface above for details). (2) Valve, flex tip rotary, not
less than 1.34 cubic foot/rev, approx. 22 rpm, located between screw
conveyor and swivel joint assembly, complete with rotor, housing, and
drive. Valve shall be electrically actuated. (3) Heavy-duty swivel
joint assembly, located between valve and discharge spout, NLT 9"
nominal diameter. Swivel joint rotation range shall be not less than
120 degrees. (4) Discharge spout, approx. 18 feet long x not less than
9" nominal diameter consisting of screw, housing, cover, shaft,
bearings, seals and drive, inclined as required to interface with
dumpster (see DISCHARGE SPOUT DIMENSIONS above for dumpster
dimensions). Structural support, if required, shall be provided for the
discharge spout and shall comply with the CONVEYOR-TO-DUMPSTER
INTERFACE details provided above. Wheels or rollers shall be provided
on the support structure to allow the discharge spout to be rotated up
to 120 degrees around the conveyor swivel.(5) Down spout, 9-inch
nominal diameter, directs dust flow downward through transition piece,
bottom of piece configured to accept dust collector hose and band
clamp. (6) Down spout- to-dumpster transition piece, 9-inch nominal
dust collector hose, sized lengthwise to span distance between down
spout and top of dumpster, complete with 9-inch nominal permanent band
clamp to mount dust collector hose to down spout and 9-inch nominal
quick release over center type band clamp to attach dust collector hose
to dumpster. (7) Mounting frame, if required, shall support the weight
of the conveyor (loaded with conveyed material) if it is determined by
contractor that dust collector frame(s) cannot support the additional
weight of the conveyor assembly and material. (8) Controls, switches
and wiring (quantities as required). System controls shall consist of
a control panel, switches, interconnecting wiring and accessories,
installed and connected as required to provide a complete, operable
system. Switches shall includea minimum of a plug chute switch and an
underspeed switch. Contractor shall also provide any additional
switches or components that will enhance the overall operation and
safety of the conveyor system (correction). The conveyor system will be
installed outdoors and shall be suitable for unprotected outdoor
service. Equipment shall be designed to withstand the effects of
inclement weather without deterioration of the system. The system must
conform to all applicable OSHA, NEMA and NFPA standards. The control
panel shall conform to NEMA ICS 6 type 12. Conveyor system motors shall
be in accordance with the provisions of NEMA MG 1. Electrical wiring
design practices shall be in accordance with applicable requirements of
NFPA 70. The contractor shall provide written certification to CBC
Gulfport that the conveyor system, installed in an unprotected outdoor
environment, meets the applicable requirements of the above standards
and codes. Conveyor system power requirements: 480V, 3 Phase. (The
following sentence is added) Contractor shall provide three (3) sets of
operation and service manuals. DESCRIPTION FOR ITEM 1. The Donaldson
Class C through Trough Screw Conveyor model of screw conveyor is known
to meet the requirements of this procurement. Listing this model is
for guidance only and is not intended to exclude manufacturers of other
models that meet the requirements. Standard Commercial Product -- The
equipment offered shall be in accordance with the requirements of the
specifications called out herein, shall be the standard product of the
contractor, and shall have been marketed and in commercial field use
for at least two years prior to the date quoted. Product improvements
are acceptable. When specific requirements are not stated herein, all
items listed as standard equipment in the contractor's published
specification brochures and catalogs, or normally furnished to
commercial customers as standard equipment, shall be furnished. The
item shall be equipment with optional equipment as specified herein.
Optional equipment is defined as non-standard equipment that has been
supplied to commercial customer, such as special features or allied
equipment. The item shall be equipped with all components necessary to
enable it to function reliably and efficiently in sustained operation.
The item shall conform to all Federal laws and regulations applicable
to the manufacturer governing safety and pollution that are in effect
for this type of equipment at the time of manufacture. Upon the request
of the contracting officer, the offeror/contractor shall provide sales
data (customer references including points of contact and telephone
numbers) verifying that the basic configuration offered under this
solicitation has been sold on the commercial market and meets the
definition set forth in FAR 11.001 for a "commercial product" or
"commercial-type product". In addition, the contracting office may
require submission of published specification in order to verify
conformance of equipment to the specification requirements of this
solicitation. NOTIFICATION OF PROJECT COMPLETION -- The Contractor
shall be responsible for submitting a notification letter advising of
the completion of all applicable contract requirements related to site
requirements list preparation, equipment delivery, consumable items
delivery, installation, start up, training and manuals. The letter will
serve as a formal Project Completion Notice and should be sent within
14 days after the last contract requirement has been completed. A copy
of the letter shall be sent to (will advise upon award). EQUIPMENT
DELIVERY -- The contractor shall be responsible for shipping equipment
directly to the customer. To assure the receiving activity is
adequately prepared for offloading and storage/installation of
equipment, the contractor shall notify the activity by letter of the
estimated delivery date at least two (2) weeks before the equipment is
shipped. A copy of the letter shall be sent to (will advise upon
award). ITEM 2 -- OPERATION AND SERVICE MANUALS Contractor shall
provide standard commercial manuals for each piece of equipment
included in the system. Manuals shall be delivered with the equipment.
ITEM 3 -- SITE REQUIREMENTS LIST The contractor shall prepare a site
requirements list for installing the equipment at the receiving
activity. The site requirements list shall contain all the information
needed for CBC Gulfport to prepare the existing site for the
installation of the dust conveyor. The list shall include design data
of any required weather protection (i.e. shelter) for the equipment,
foundation and associated mounting pads, utility lines (e.g. electrical
power requirements, water, sewer, etc.), and safety & security items
external to the equipment (e.g. railings, theft protection, (protection
against unauthorized access and use of equipment). In addition, the
following issues shall be addressed in the site requirements list if
required: Digging Permit. If the system selected for installation
requires excavation, the contractor must obtain a diggingpermit from
the CBC Gulfport Public Works Department at least 1 week prior to
commencement of such activities. Utility Outages. Utility outages
(number of outages and duration of outages) necessary for installation
shall be addressed in the site requirements list. During installation,
all utility outages must be requested from the CBC Gulfport Public
Works Department, in writing, at least 3 working days in advance of the
outage. Occupational Safety and Health (OSH). The conveyor system must
be installed so that it poses no electrical or other personnel hazards
as a result of its construction. If the conveyor system poses any new
OSH issue, contractor shall address in site requirements list.
Installation & Startup Checklist. Contractor's installation and startup
check list shall be submitted with the site requirements list for
Government review. The site requirements list shall be submitted to the
Civil Engineer Support Office, Code 15E1, at Port Hueneme within
fourteen (14) days after site assessment visit. Preparation of the site
by CBC Gulfport must be complete prior to delivery of equipment. The
contractor shall deliver the equipment only after obtaining a delivery
date in writing from CED Gulfport that the installation sight will be
ready. ITEM 4 -- SHOP DRAWINGS The contractor shall submit shop
drawings for the complete installation to CED Gulfport for comment and
approval. CED Gulfport will then provide copies of the shop drawings
to the Safety/Industrial Hygiene Office, Fire Department, and Public
Works Department at CBC Gulfport for comment. The approval period will
not exceed 30 days from date the drawings are received by CED
Gulfport. Contractor shall not begin work on the dust conveyor until
shop drawings have been approved. ITEM 5- INSTALLATION, START-UP &
TESTING The contractor shall install the equipment at the consignee's
facility within fourteen (14) days after delivery of the equipment. The
contractor shall provide all labor and resources required for the
installation except the activity will provide an electrician to connect
electrical power in accordance with local regulations and laws. The
receiving activity is responsible for preparation of the installation
site in accordance with the site requirements list and for removing the
equipment from the delivery truck. The contractor shall validate the
installation of the equipment by operating the equipment after
installation. The contractor shall provide all labor and resources for
the start-up operation. Operation of the equipment shall include modes
and evolutions for which the equipment is intended to perform.
Operating time shall verify that performance, controls, instrumentation
and gauges indicate that the equipment is operating properly and within
design parameters. Contractor shall record each successfully completed
test in a performance specification checklist. The checklist shall
consist of specific measurable and verifiable electrical, mechanical,
and performance specifications. The contractor shall provide a
completed copy of the startup and testing requirements checklist to the
activity at the completion of the phase. In order to minimize the
length of down time of blasting operations, the conveyor system shall
be installed and tested within seven (7) working days from commencement
of work. ITEM 6 -- ON-SITE TRAINING The contractor shall provide
training for personnel at the receiving activity immediately after
installation and start-up of the equipment. The contractor shall
provide all labor and resources for the training. The training shall
include operation and preventive maintenance evolutions on the
equipment and shall be consistent with instructions in the contractor's
Operation and Maintenance Manuals. The contractor's instructor shall be
expert in the operation and maintenance of the equipment and shall have
a prepared training agenda. The instructor shall explain contractor
warranty provisions related to the equipment. The contractor's
Operation and Maintenance Manual shall be used as a training aid. ITEM
7 -- WARRANTY provisions shall cover all equipment delivered by the
contractor and all work performed by the contractor during installation
and startup of the equipment. The warranty period shall be not less
than 12 months from the date of start-up of the system. Permits for the
installation and operation of the dust conveyor can take up to 6 months
to obtain. The contractor shall not deliver the equipment until after
the permits are issued. Delivery of all items is required 90 days after
receipt of order to be delivered FOB Destination to: Naval Construction
Battalion Center, Gulfport, MS. Mark for: Bob Edgerly. Acceptance shall
be made at destination. The provision at FAR 52.212-1, Instructions to
Offerors-Commercial Items applies. Addendum to FAR 52.212-1, Paragraph
(b)(5): Offers shall provide an express warranty which at a minimum
shall be the same warranty terms, including offers of extended
warranties, offered to the general public. Express warranties shall be
included in the contract; FAR 52.237-1, Site Visit—Quoters are
urged and expected to inspect the site where services are to be
performed and to satisfy themselves regarding all general and local
conditions that may affect the cost of contract performance, to the
extent that the information is reasonably obtainable. In no event shall
failure to inspect the site constitute grounds for a claim after
contract award. (the following sentence has been changed) A Site Visit
will be conducted 1/28/98 at 09:00 a.m. by appointment only -- contact
Mr. Bob Edgerly at 601-871-2677 or 601-871-2401 to schedule. Offerors
are required to complete and include a copy of the following provisions
with their proposals: FAR 52.212-3, Offeror Representation and
Certifications- Commercial Items. Clause 52.212-4, Contract Terms and
Conditions Commercial Items, applies as well as the following addendum
clauses: FAR 219-1, Small Business Program Representations; FAR
52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, New
Material; FAR 52.211-7, Other Than New Material, Residual Inventory,
and Former Government Surplus Property. The clause at 52.212-5,
Contract Terms and Conditions Required To Implement Statutes or
Executive Orders-Commercial Items applies with the following applicable
clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers;
FAR 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses applicable for paragraph (b): DFARS 252.225-7001,
Buy American Act and Balance of Payment Program; and DFARS
252.225-7012, Preference for Certain Domestic Commodities. Any contract
awarded as a result of this solicitation will be a DO-rated order
certified for national defense use under the Defense Priorities and
Allocations System. The government intends to make a single award to
the responsible offeror whose offer is the most advantageous to the
government considering price and price-related factors. Provision
52.212-2, Evaluation-Commercial Items, applies with paragraph (a)
completed as follows: Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offeror must
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase descriptions for Line
Items 0001 through 0007. Note: (1) Drawings referenced herein may be
obtained by contacting the purchasing agent (see POC listed in the
beginning of this announcement). (2) The full text of the Federal
Acquisition Regulations (FAR) and Defense Federal Acquisition
Regulation Supplement (DFARS) can be accessed on the Internet at
"www.arnet.gov" OR "www.deskbook.osd.mil". Parties responding to this
solicitation may submit their quote in accordance with their standard
commercial practices (e.g. on company letterhead, formal quote form,
etc.) but must include the following information: 1) Company's complete
mailing and remittance addresses, discounts for prompt payment, if any
(e.g. 1% 10 days), and the company's CAGE Code, Dun & Bradstreet
number, and Taxpayer ID number. In addition, if you are quoting on a
comparable commercial item, product literature must be included. All
FAR certifications and representations specified above must also a
(0023) Loren Data Corp. http://www.ld.com (SYN# 0173 19980127\39-0003.SOL)
39 - Materials Handling Equipment Index Page
|
|