|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1998 PSA#2086Fleet & 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-0184 DUE 050698 POC Point of
Contact is Gwen Young, Purchasing Agent 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 buyer via e-mail., gwen_young@fmso.navy.mil. The notice originally
published on CBDNet on 4/15/98 is hereby republished with addendum,
and the due date for quotes is extended to 5/6/98 at 3 p.m. PDT. The
entire notice, with addendum, is republished here. 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-0184 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 a plastic
recycling system. This requirement is for a fixed priced contract for
the following possible items. (1) The Naval Construction Battalion
Center located in Gulfport, MS has a need to convert post-consumer
rigid plastic to clean and dry processed flakes (flake size must not
exceed 1/2 inch) at a nominal rate of 1,000 pounds per hour. (NOTE:
Flake size is a regional requirement.) It is envisioned that the system
would consist of a pre-grinder (to reduce feed stock to approximately
four-inch strips or diameters), a washer/dryer (to wash off
food/contaminates and dry material), a discharge conveyor (to elevate
and meter material into a granulator), a granulator (to further reduce
the material size to a homogeneous consistency), and a box filling
station with approximately 64 cubic feet capacity (for temporary
collection and storage). The system should have the following features:
Must be capable of processing AT LEAST 1,000 pounds of rigid plastic
per hour; Washer water temperature of AT LEAST 50 degrees F above
ambient; Processed material moisture content less than 2% (material
must have a level of dryness to be accepted by the recycling facility);
Electric heating; Must operate from 480 Volt, 3 phase, 60 Hz electrical
power; Must be compatible with 200 Amps electrical service; Not to
exceed 180 Amps full load; should be equipped with safety interlocks or
other adequate safety features; Average water usage of one GPM (NOTE:
operation cannot exceed Navy base water allocation of 360 gallons per
day); Dryer air flow discharge rate not to exceed 500 standard cubic
feet per minute. Quantity one (1) each of all components. All supplied
equipment must be accompanied by four (4) sets of standard/commercial
Operating Manuals. ADDENDUM: The type of plastic to be ground up is 1)
polyethylene terephthalate (PET) {beverage bottles}; 2) high density
polyethylene (HDPE) {bleach/laundry, milk bottles}; 3) low density
polyethylene (LDPE) {deli/food, clear shampoo containers} -- all
standard/commercial size. Product can be fed manually or by conveyor.
Manual feed opening should be waist to shoulder height; reverse hopper
NOT required. System must accommodate multiple feed without jamming.
Machine noise level should be within safe limits when the workers wear
earplugs or muffs -- sound room not required. Moderate
food/beverage/bleach/soap/dirt residue (no bones) will be on the
products to be recycled; all debris water-soluble. Discharge water will
be dumped into a standard sewer (light industrial/residential) system.
System should accommodate automatic dumping. INSTALLATION/TRAINING:
Contractor personnel or representatives shall travel to the shipping
address to provide installation and training. Installation and training
shall be performed during the same trip. CBC Gulfport shall move the
equipment from the receiving/shipping area to the equipment's final
(installation) destination and provide shelter, anchoring, resource
requirements (electrical power, water, heating fuel, etc.). Contractor
personnel/representatives will set up the equipment and make all
performance adjustments, and operate all functions to ensure the system
is operating satisfactorily. The contractor shall provide training and
training materials to CBC Gulfport personnel and ensure they are able
to safely operate the system. CBC personnel shall operate the
equipment during this training under contractor guidance. ALL ITEMS TO
BE DELIVERED FOB DESTINATION TO: Commanding Officer, Naval
Construction Battalion Center, 5200 2nd Street CBC, Gulfport, MS
39501-5001. Mark for: Code 400/Don Crawford. 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-NH926". 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. 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. 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. 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. 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, if you are quoting on a comparable commercial item, 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, 05/06/98, 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. (0119) Loren Data Corp. http://www.ld.com (SYN# 0243 19980501\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|