|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1998 PSA#2053Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 36 -- RECYCLING EQUIPMENT SOL N00244-98-Q-0150 DUE 032798 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 email., gwen_young@fmso.navy.mil. 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 number/RFQ N00244-98-Q-0150 applies. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-03 and Defense
Acquisition Circular 91-12. The standard industrial code is 3559 and
the business size standard is 500 employees. The agency need is for
equipment for recycling equipment. This requirement is for a fixed
priced contract for the following items. (1) NAS Pensacola, FL recycles
plastic containers (polyethylene terephthalate, high-density
polyethylene, and low-density polyethylene). The container lids are
removed to allow air to escape during baling (crushing). We are
requesting quotes for a plastic perforator to replace this process. The
perforator may be a series of knives or nails attached to a drum to
puncture and flatten the containers. The equipment should have the
following features: Must be capable of processing a minimum of 500
pounds per hour; must operate from 208 volt, 3-phase power; should be
equipped with casters for mobility, motor overload protection, and
safety interlock on access doors or openings. Quantity one (1) each.
(2) NAS Pensacola, FL recycles different grades of paper (office,
computer, packaging, cardboard). A mechanized system is required to
assist during the sorting process. The system may consist of a
hydraulic lift for dumping material on a transfer conveyor. The
transfer conveyor would contain metering devices to level and spread
out the paper on a horizontal plane prior to transferring the paper to
a sorting conveyor. The sorting conveyor would allow for a worker to
pick out the different grades of paper and place them in individual
containers. A two-person crew should be able to operate the paper
sorting system. it is envisioned that one person would operate the
hydraulic lift while the other person would pick and sort from the
sorting conveyor. The paper sorting system should have the following
features: two-person crew operation; lifting of dumping loads of paper
in excess of 750 pounds; sorting conveyor/platform width not in excess
of 36 inches to allow for single side picking; sorting
conveyor/platform not to exceed 30 feet; sorting conveyor/platform
should be of modular construction for future expansion; sorting
conveyor/platform side walls to be approximately 4 inches high; should
be equipped with casters for mobility; must operate from 208 volt,
3-phase power and have motor overload protection. Quantity one (1) each
of each component. All supplied equipment must be accompanied by four
(4) sets of standard/commercial Operating Manuals. ALL ITEMS TO BE
DELIVERED FOB DESTINATION TO: Commanding Officer, Naval Air Station,
190 Radford Blvd, Pensacola, FL 32508-5000. Mark for: Code 18331.
Inspection/Acceptance shall be made at destination. EQUIPMENT DELIVERY:
The contractor shall be responsible for shipping equipment directly to
the address cited above. To assure the receiving activity is
adequately prepared for offloading and storage/installation of
equipment, the contractor shall notify the activities by letter of the
estimated delivery date at least 2 weeks before the equipment is
shipped. A copy of the letter shall be sent to: Commanding Officer,
Naval Construction Battalion Center, Attn: CESO Code 15L2, 1000 23rd
Avenue, Port Hueneme, CA 93043-4301. SPECIAL INSTRUCTIONS: The
following notation must be shown on all orders, contracts, bills of
lading, correspondence, crates, boxes, shipment markings, etc.,
pertaining to procurement and shipment of this equipment:
"N62583-98RC-NH949". SHIPPING DOCUMENTS: All shipping documents,
including CONTRACTOR'S COMMERCIAL SHIPPING NOTICES, shall be expanded
to include the following information, as applicable, to permit ready
identification of the appropriate procurement transaction and provide
required control information: 1. Contractor's Name and address; 2.
"Shipped from" location if different; 3. "Shipped to" code and address;
4. "Marked for" code and address; 5. Contract or Purchase Order Number;
6. DOCUMENT or Requisition Number; 7. Appropriation and Accounting
Data; 8. Description of item(s) delivered; 9. Prime contractor's Make,
Model and Serial Number; 10. Quantity of items delivered; 11. Unit
price and extended total price; 12. Date of shipment; 13. Weight and
cube; 14. Special shipping instructions as specified in the contract or
purchase order; 15. A descriptive list including quantity of items
shipped, with the CLIN, but not permanently attached thereto, i.e.,
tools, jacks, manuals, spare tire, etc. Distribution of shipping
documents shall be as follows: Two copies proof of shipping to:
Commanding Officer, Naval Construction Battalion Center, Attn: CESO
(Code 15L2), 1000 23rd Avenue, Port Hueneme CA 93043-4301. 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.
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
andAllocations 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. Note: The
full text of the Federal Acquisition Regulations (FAR) can be accessed
on the Internet at www.arnet.gov/far OR www.deskbook.osd.mil; Defense
Federal Acquisition Regulation Supplement (DFARS) can be accessed on
the Internet at www.dtic.mil/dfars; NAVSUP Clauses can be found at
www.nll.navsup.navy.mil; Navy Acquisition Procedures Supplement (NAPS)
Clauses can be found at www.abm.rda.hq.nayv.mil/nap1.html. 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 (you can apply for one by calling
1-800-333-0505 or at http://www.dnb.com/aboutdb/dunsform.htm), and
Taxpayer ID number. In addition, product literature must be included.
All FAR certifications and representations specified above must also
accompany your quote. Quotes must be received no later than 3:00 PM,
local time, 3/27/98, and will be accepted via fax (619-532-2347) or via
e-mail (gwen_young@fmso.navy.mil) ONLY. Quotes submitted as an
attachment to an e-mail should be sent in Word Version 6.0 or higher.
DO NOT mail. See Numbered Note(s) 1, 13. (0072) Loren Data Corp. http://www.ld.com (SYN# 0271 19980317\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|