|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 16,1998 PSA#2243Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box
1000, Montgomery, PA 17752 35 -- VERTICAL RECIPROCATING CONVEYOR SOL RFQ 143-022-9 DUE 010699 POC
G.F.Garceau, Contract Specialist (717) 547-1641, Extension 541 (i) This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in the Federal Acquisition Regulation (FAR)
Subpart 12.6, as supplemented with additional information included in
the notice. This announcement constitutes the only solicitation;
quotes are being requested and written solicitation will not be issued.
(ii) This solicitation is issued as Request for Quotation (RFQ)
143-0022. (iii) The solicitation document and incorporated provisions
are those in effect through Federal Acquisition Circular (FAC) 97-8.
(iv) This solicitation is set-aside for small business with a Standard
Industrial Classification (SIC) Code of 3534, with a size standard of
500 employees. Other forms referenced herein are required to be
completed and submitted with all quotations. (v) The contractor shall
provide unit price for the following item: (1) Vertical Reciprocating
Conveyor (VRC) in accordance with contract specifications, Quantity 2
each. (vi) Motorized vertical lifts for transporting food carts from
the ground floor of a housing unit to the upper tier. The basic
specifications are as follows: 1000 pound total load capacity,
mechanically driven vertical conveyor, 9'6" vertical travel, straddle
design, 2 horse power Totally Enclosed Fan Cooled (TEFC) Brake Motor;
30 Feet per Minute (Nominal) travel speed, Operating voltage: 208 volt,
3 phase, 60hz; Controls: 110 volt, single phase. CARRIAGE ASSEMBLY:
6'0" effective width x 4'0" effective length x 7'0" effective height.
One piece carriage with 48" high rails on (2) two sides with snapchain
across operating ends to accommodate a "Z" loading pattern. NOMINAL
OVERALL LIFT DIMENSIONS: Maximum unit width 8'0"; Maximum unit length
4'4"; Maximum unit height "19'0". ENCLOSURE: Vendor will provide a
mezzanine safety backstop panel at the third level. All enclosure
panels required by ANSI/ASME B20.1, 8'0" enclosure panels on (3) sides
at all levels. GATES: (1) 79" high bi-parting swing gate with
electro-mechanical interlock at the first level (7'8" overall height);
(1) 72" high vertical acting gate with electro-mechanical interlock at
second level (13'6" overall height); (1) 79" high horizontal sliding
gate with electro-mechanical interlock at third level (7'8" overall
height). PAINT: Unless otherwise noted, units and optional parts will
be black in color. CONTROLS: All control and devices necessary for a
(3) three level operation 100 volt, single phase. Includes (3) three
button momentary contact push-button stations. ADDITIONAL EQUIPMENT: 2"
x 1" (10 gauge) expanded steel enclosures around units. Hinged sliding
and vertical acting gates will be of standard 2" x 2" (13 gauge)
enclosures. Lockable control panels. SPECIAL CONDITIONS: All equipment
must be shipped Knock-down and be able to pass through a door opending
35" wide x 82" high. Unloading and storage of equipment by owner.
Unobstructed assembly area will be provided by owner. Owner will remove
and dispose of debris. Primary electrical work to a pre-determined
location will be responsiblity of owner. Vendor will be responsible for
all electrical work to Primary and Secondary locations. Unless
otherwise stated in the offer or within these written specifications,
the vendor will provide all materials and labor to install: (2) Two
motorized vertical lifts to include but not limited to the following:
wire enclosures, gates, transition plates, electrical control boxes and
safety interlocks on gates. (vii) The contractor has 145 calendar days
after date of the award to deliver and install (2) VRC's at the
Federal Correctional Institution, Old Ray Brook Road, P.O. Box 300, Ray
Brook, New York, 12977. This is to be FOB: Destination. (viii) FAR
Clause 52.212-1, Instructions to Offerors -- Commercial Items (AUG
1998) and the following clauses incorporated by addendum apply -- At
paragraph (c), "Period of Acceptance of Offers," has been determined by
the Contracting Officer to be non-applicable to this solicitation and
is hereby removed in its entirety for the purpose of this requirement.;
At paragraph (e), "Multiple Offers," has been determined by the
Contracting Officer to be non-applicable to this solicitation and is
hereby removed in its entirety for the purposes of this requirement; At
paragraph (h) "Multiple Awards" has been determined by the Contracting
Officer to be non-applicable to this solicitation and is hereby
removed in its entirety for the purposes of this requirement; 52.204-6
Contractor Identification Number -- Data Universal Numbering System
(DUNS) Number (APR 1998) (ix) The evaluation will be based on price and
price related factors. (x) FAR Clause 52.212-3, Offeror Representations
and Certifications -- Commercial Items (OCT 1998) is incorporated and
is required to be submitted with the contractor's quote. (xi) FAR
Clause 52.212-4 Contract Term and Conditions -- Commercial Items (APR
1998) and the following clauses incorporated by addendum apply --
52.219-6 Notice of Total Small Business Set-Aside (JUL 1996); 52.223-5
Pollution Prevention and Right to know Information (APR 1998);
52.225-11 Restrictions on Certain Foreign Purchases (AUG 1998);
52.237-1 Site Visit (APR 1984); 52.237-2 Protection of Government
Buildings, Equipment and Vegetation (APR 1984); 52.247-34 F.O.B.
Destination (NOV 1991). (xii) FAR Clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (OCT 1998) and the following clauses apply to this
clause -- 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era; 52.222-36
Affirmative Action for Workers with Disabilities; 52.222-37 Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era. (xiii)
FAR Clause 52.252-2 Clauses Incorporated by Reference (FEB 1998); JAR
Clause "Year 2000 Compliant"; JAR Clause 2852.223-70 Unsafe Conditions
Due to the Presence of Hazardous Material (JUNE 1996); Organized Site
Visit is scheduled for 12/29/98, 1:00p.m. at FCI Ray Brook.
Contractors must provide the name(s) of representative(s) intending to
attend presentation two days in advance to John Munn, SCS at Voice
(518)891-5400, ext. 231 or FAX (518) 891-1574. Contractor workers will
be required to complete a pre-employment form and the following
investigative procedure is incorporated and to be applied before
commencing work: National Crime Information Center (NCIC) check. (xiv)
N/A (xv) N/A (xvi) The quotes are due by 4:00 P.M. on January 7, 1999
to the following address: FPC Allenwood, Regional Contracting Office,
P.O. Box 1000, Montgomery, PA 17752 (Regular Mail) or Route 15, 5
miles north of Allenwood (Federal Express, etc). All quotes should be
marked with the RFQ number. (xvii) For additional information, please
contact G.F. Garceau, Contract Specialist at (717) 547-1641, extension
541. Posted 12/14/98 (W-SN279876). (0348) Loren Data Corp. http://www.ld.com (SYN# 0188 19981216\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|