SOLICITATION NOTICE
36 -- Aluminum can densifier
- Notice Date
- 2/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
- ZIP Code
- 92043-4306
- Solicitation Number
- N47408-02-T-0313
- Response Due
- 3/1/2002
- Archive Date
- 3/16/2002
- Point of Contact
- Kris Slaton, Contracting Officer, Phone 805-982-5056, Fax 805-982-4540, - Terry Moore, Contracting Officer, Phone 805-982-2479, Fax 805-982-4540,
- E-Mail Address
-
SlatonKE@cbchue.navfac.navy.mil, MooreTL@cbchue.navfac.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is for an Aluminum Can Densifier. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. N47408-02-T-0313 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-19. The procurement is 100% set-aside for Small Business; NAICS Code is 333298 and the small business size standard is 500 or less employees. Delivery will be FOB Destination. CLIN 0001: QUANTITY (1 Each); DESCRIPTION: Aluminum Can Densifier including power requirement of 208VAC, 3 phase, less than or equal to 70 amp main, processing rate greater than or equal to 1800 lbs. per hour for pre-flat aluminum cans, biscuit density greater than or equal to 40 lbs. per cubic foot, Densifier weight less than 5000 lbs. Combined densifier and conveyer dimensions not to exceed 13 feet wide or 15 feet long. Densifier main motor greater than or equal to 20HP, automated programmable controller, safety guards over moving parts, conveyor shall have magnetic head pulley to remove steel cans, conveyor hopper volume greater than or equal to 1 cubic yard. Ancillary equipment/material shall be: banding skid, 1 spool of steel strapping (3/4" x .02"), tensioner, sealer (for 3/4" wide strap, cutter, dispenser, and seals. Four (4) copies of the manufacturer's maintenance manuals shall be included. Densifier shall include installation, training and warranty as follows: EQUIPMENT INSTALLATION: The contractor shall install the equipment at the consignee's facility within twenty (20) days after delivery of the equipment. If, however, the consignee's housing facility is unfinished by the date of delivery, installation shall be completed twenty (20) days after facility completion. The contractor shall provide all labor and resources required for the installation including an electrician to connect the equipment to an existing electrical power source (at a distance no greater than 50 feet) in accordance with local regulations and laws. The consignee's facility shall provide either a crane or forklift to help unload and position the equipment. The contractor shall coordinate and direct densifier and conveyer equipment placement. The contractor shall validate the installation of the equipment by operating the equipment within twenty-five days (25) of delivery or completion of densifier housing facility if not available by date of delivery. 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. The contractor shall verify that performance, controls, instrumentation and gauges indicate that the equipment is operating properly and within design parameters. ACTIVITY PERSONNEL TRAINING-The contractor shall provide training for personnel at the receiving activity after installation and start-up of the equipment and within thirty (30) days of delivery of the equipment. The contractor shall provide all labor and resources for the training. The training shall include operation and preventative maintenance evolutions on the equipment and shall be consistent with instructions in the contractor's operation and maintenance manual. The instructor shall be expert in the operation and maintenance of the equipment and shall have a prepared training agenda. The contractor's operation and maintenance manual shall be used as a training aid. The warranty shall include a minimum of one (1) year for parts and labor. Equipment to be shipped to Naval Station Everett, Everett, WA. FAR Provisions 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be lowest priced technically acceptable item. Offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. A copy of this FAR provision can be obtained through download using the World Wide Web with "arnet.gov/far". FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes for Executive Orders-Commercial Items. The following FAR clauses cited in 52.212-5 apply; 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. Request for quotation (RFQ) number is N48407-02-T-0313. Quotes are due NLT March 01, 2002, 2:00 pm (pst). Submit quotes to NAVFACCO, NFI, NF20, Bldg. 41, 3502 Goodspeed Street, Suite 2, Port Hueneme, CA 93043-4337, Attn: Kris Slaton. It is required that you submit, with your quotation, descriptive literature (i.e. Catalog Cuts, catalogs, specifications, etc.) for the item you propose to supply. Quotations without this literature will not be evaluated for technical acceptability. Note: The sizes referenced above are in inches. Please insert the word inches where you see " and insert apostrophies where you see a question mark.
- Place of Performance
- Address: Contractor's plant
- Zip Code: N/A
- Country: USA
- Zip Code: N/A
- Record
- SN00024716-W 20020210/020208213358 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |