|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 35 -- HORIZONTAL BALER (CORRECTION/AMENDMENT) SOL N00244-98-Q-0272 DUE
070898 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, http://www.sd.fisc.navy.mil. E-MAIL: Click
here to submit your quote electronically or, gwen_young@fmso.navy.mil.
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor
Registration" applies to all solicitations issued on/after 6/1/98. Lack
of registration in the CCR database will make an offeror/quoter
INELIGIBLE FOR AWARD. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or visit the Internet
at http://ccr.edi.disa.mil for more information. This notice,
originally published in the CBDNet on 6/16/98, is hereby readvertised
in its entirety with minor corrections and addendum information that
was not published in the original announcement. In addition, the
deadline for quotes has been extended to 3 p.m. PDT, 7/8/98. This
announcement is published as a Total Small Business Set-Aside action
per FAR 52.219-1 and 52.219-6 (this means you must be a small business,
quoting the product of a small-business manufacturer); all eligible,
responsible sources may submit an offer. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
FAR 13 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-0272 applies. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. The
standard industrial code is 3569 and the business size standard is 500
employees. This requirement is for a fixed priced contract as follows.
(1) The Naval Construction Battalion Center located in Gulfport, MS,
requires a hydraulically operated, horizontal baler and accessories.
Materials to be baled include newspaper, office paper, and cardboard.
Bale size is approximately 60" x 36" x 48". (ADDENDUM)The baler will be
operated only three days a week. The stored materials will be baled as
quickly as possible on the three days of operation. Normally three
tons of materials will be baled each day, two tons of cardboard and one
ton of office and newspaper. All sizes of cardboard will be baled. All
cardboard that does not fit into the fluffer (unless system offered
does NOT require a fluffer) will be cut up before it is fed into the
fluffer. Mix of the various wastes to be baled is two tons cardboard
and one ton office/newspaper. (AMENDMENT) System components MAY include
the following (contractors are invited to submit appropriate turnkey
solutions) -- BALER: The following characteristics are essential to the
Government's needs: 30 HP TEFC Motor; Voltage -- 230V, 3-phase; System
Pressure -- approx. 2800 PSI; Ram force -- not less than 140,000 lbs;
Platen pressure -- not less than 81 PSI; Cycle time -- not greater
than 27 seconds (no load). FLUFFER: Single fluffer with hood and wiper
blades; feed opening -- approx. 48 x 60"; manual-operating door. The
following characteristics are essential to the Government's needs: Not
less than 3 tons/hr throughput; not less than 10 HP; Voltage -- 230
Volt, 3-phase. INCLINE CONVEYOR: Configured to interface with fluffer,
3" cleats on 48" centers, not less than 24" high side skirts, length
-- not less than 26 feet, width -- not less than 60" (belt width),
incline angle -- 30 degrees. The following characteristics are
essential to the Government's needs: 230 Volt, 3-phase, capacity -- up
to 6 tons/hour, not less than 40 feet per minute belt speed, not less
than 1.5 HP drive unit. HOPPER: Integral with incline conveyor, not
less than 2 cubic yard capacity. CONTROLS: Integrated controls for
baler, fluffer and conveyor. Additional requirements: hydraulic oil, 5
spools of baling wire, and/or any other "start-up"
accessories/consumables required to operate system. Quantity one (1)
each of each component. All supplied equipment must be accompanied by
four (4) sets of standard/commercial Operating Manuals. "Brand Name or
Equals" will be considered. The following model of baler is knownto
meet the requirements of this notice. Listing this model is for
information only and is not intended to exclude manufacturers of other
models that meet the requirements. MAX-PAK (located in Rainsville,
AL), Model HCE-4860 with Model KWS Single 10 HP Fluffer and Model
MP6000 Slider Bed Conveyor. ALL ITEMS TO BE DELIVERED TO: Commanding
Officer, Naval Construction Battalion Center, CBC Recycling Center,
5200 2nd Street CBC, Gulfport, MS 39501-5001. Mark for: James Gordon.
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: Officer In Charge,
Seabee Logistics Center, Attn: CESO Code 15L2, 4111 San Pedro Street,
Port Hueneme, CA 93043-4410. SITE REQUIREMENTS LIST The contractor
shall prepare a site requirements list containing all the information
needed for CBC Gulfport to construct an installation site for the
equipment. The list shall include design data on 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). The site requirements list
shall be submitted to the government for approval within fourteen (14)
days after award of contract. Preparation of the site by the
government must be complete prior to delivery of the equipment.
Contractor shall provide seven (7) days notice prior to equipment
delivery. INSTALLATION, START-UP & TESTING The contractor shall install
the equipment at the consignee's facility within twenty (20) 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. ON-SITE
TRAINING The contractor shall provide eight (8) hours training for up
to 12 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.
WARRANTY -- The manufacturer's standard commercial warranty shall be
provided. In the event this warranty is for less than 12 months,
extended warranty options are to be provided. 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-NH922". 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: Officer
in Charge, Seabee Logistic Center, Attn: Code 15L2, 4111 San Pedro St.,
Port Hueneme CA 93043-4410. 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: (i) Technical
capability of the item/s offered to meet the Government requirement,
(ii) 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. Technical
capability is moderately more important when compared to price.
Offerors are required to COMPLETE AND INCLUDE A COPY OF THEFOLLOWING
PROVISION WITH THEIR PROPOSALS: {only} 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, (CORRECTION) Material Requirements. (FAR
52.211-7 deleted). 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; (DFARS 252.225-7012 deleted); as well as
the following addendum clause: DFARS 252.211-7003, Brand Name or Equal.
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; 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, 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, 7/8/9898, 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. Posted
07/02/98. (0183) Loren Data Corp. http://www.ld.com (SYN# 0281 19980707\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|