Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2003 FBO #0657
SOLICITATION NOTICE

66 -- INJECTION MOLDING MACHINE

Notice Date
9/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
930-0064
 
Response Due
9/23/2003
 
Archive Date
10/8/2003
 
Point of Contact
Regina Dennis, Purchasing Agent, Phone 215-233-6553, Fax 215-233-6485,
 
E-Mail Address
rdennis@errc.ars.usda.gov
 
Description
The USDA, Agricultural Research Service (ARS), is seeking to purchase an Injection Molding Machine to be furnished and delivered (F.O.B. Destination within Consignee?s Premises) to the USDA, ARS, Eastern Regional Research Center located in Wyndmoor, Pennsylvania; in accordance with the terms, conditions, and specifications contained in this document. The Dairy Products Research Unit, Eastern Regional Research Center, requires a Injection Molding machine for use processing and molding viscous food based products and bioplastics containing up to 10% moisture by weight. Viscosity may be up to 2000 centipoise. Products may contain particulates up to 500 microns. The Injection Molding machine shall be a complete unit with all mechanical, electrical, and control components mounted on a singular frame. The major components of the system are the injection unit with associated drives, clamping unit/mold die assembly and associated hydraulics, and controls. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2001-15), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. This procurement is not restricted. The NAICS is 333294. The Solicitation number 930-0064, is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination a Injection Molding Machine. The instrument must meet the following minimum specifications: 1) This injection molding machine shall be provided as one complete unit. It shall be fully assembled and tested with all piping, wiring, and major components in place when it is delivered requiring only landing and connection to house services by government personnel; 2) The injection unit shall be either single screw or twin screw design, but must be capable of conveying and injecting products that fit the description above. It shall allow for injection shot ranging from 1.3 in? to 3 in?. It shall be equipped with heaters providing at least 4 kw. The screws shall be turned with hydraulic actuators allowing for injection pressures of up to 37KSI at the lower injection volume and 18KSI at the upper range of injection volumes. The injection unit shall allow for replacement of the screw barrel with combinations that allow for injection volumes as high as 10 in? at injection pressures up to 17KSI. The changeout from one barrel and screw setup to another should not take a trained mechanic more than 4 hours. The feed throat from the extruder section to the mold section shall be equipped with cooling. House water is available for cooling; 3) The clamping unit /mold die assembly shall actuate hydraulically and horizontally. Clamp stroke shall be 11" minimum with a clamping force of 55 tons minimum. Mold daylight shall be at least 24". Anticipated mold thickness will be between 6" thru 13.5". Platens shall be at least 19" by 19". Distance between tie rods shall be no less than 12.5" by 12". Platens shall be provided with provisions to allow for fixing aligned mold parts. Ejector stroke shall be at least 3.75" at 3.5 tons force. Hydraulic pump, motor, and reservoir shall be sized to allow for at least 6 cycles/minute. House water is available for hydraulic system cooling; 4) The injection molding machine will be equipped with all manifolds, valves, and controls to effect 2 zone mold cooling or heating using house water or an external circulating water heater; 5) The injection molding machine shall be provided with all manifolds, valves, and controls to effect mold core setting and pulling integrated with clamping and injecting operation controls; 6) The injection molding machine will be supplied with a freestanding electrically fired, circulating water heating system sized for the mold heating features in paragraph 4 above. It shall be designed for operating temperatures up to 250F. Digital controllers shall be utilized. It shall be provided with a face mounted controller allowing setpoint adjustment and providing readouts of fluid temperature and flowrate. The unit shall be provided with pressure gages and alarms. The unit shall be housed in a stainless steel casing meeting the requirements of NEMA 12; 7) Process controls shall be digital and closed loop. Programming shall be PC windows based allowing for its transfer to any standard PC running the windows operating system. User interface shall be via color touchscreen and keypad. Controls shall be provided with a modem or LAN connection allowing remote troubleshooting of the system. Heater controls shall be PID. Temperatures shall be controlled within 1 degree C. Thermocouples shall be short protected. Alarms shall be provided for low oil level, oil temp, and process setpoint deviation. Injection rates, clamp closing and opening rates, and ejection rates shall be controllable variables. This machine is to be used in a research environment; output of all process variables such as pressure, temperature, is required. Output is to be available graphed against time on the user interface, logged to an external PC, and as printed hard copy. Hours meters for components requiring scheduled maintenance shall be provided. System shall include diagnostic software to aid in troubleshooting malfunctions; 8) The completed injection molding machine including injection unit, clamp unit, hydraulics and controls shall be mounted on a steel frame. The frame will include lifting eyes or fork pockets to allow the entire package chiller to be moved as one unit. The frame will include provisions to allow it to be leveled on a dairy tiled floor pitching up to XX?/ft. The entire unit shall not exceed 132 inches in length by 48 inches in width by 84 inches in height; 9) A singular control panel with all connections prewired to a single main disconnect and terminal block shall be provided. The equipment will be installed in a food pilot plant where some equipment is cleaned by washdown with pressure hoses. Although this equipment will not be subjected to washdown it may be subject to inadvertent splashing, and should be adequately protected to NEMA 3R or equivalent. Available power is 208V, 3 phase, 60Hz. A neutral bar is available allowing supply at 110V, 1 phase, or 220V single phase also. Vendor shall provide any transformers or power conditioners necessary to utilize available power; 10) Following installation by government, the vendor shall provide startup and commissioning service ensuring that all systems are functioning properly. Employee training shall be provided. This training may be provided as formal instructor led training, tutorial manuals, or PC based tutorials (windows operating system); 11) The unit shall be designed to prevent operation in an unsafe condition. It shall meet all OSHA, NEMA and other relevent codes; 12) All components that require occasional service shall be readily accessible. Special tools required for normal servicing shall be provided with the unit. Individual point lubrication is acceptable. Lubrication and service instructions, operating instructions and all diagrams and schematics shall be provided in triplicate. Companies with the demonstrated capability of roviding this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipment?s component?s and availability. The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis. This is not a request for proposal. No solicitation is available. The items to be furnished shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination Clause to USDA, ARS, Eastern Regional Research Center. DOCUMENTATION: The Contractor shall provide operations, repair, maintenance manuals, and service instructions submitted upon delivery of the equipment. WARRANTY: The Contractor shall provide the warranty for this equipment with their offer. ADDITIONAL QUOTATION INFORMATION: Facsimile quotations are acceptable. The provision at 52-212-1, Instruction to Offerors - Commercial Items (Oct 2000), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature of the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on technical features, and product literature. Each offeror is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. b) Price includes all equipment, accessories, discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (July 2002), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002), applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer?s duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery of all items. The Invoice shall be mailed to: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, ATTN: Regina Dennis. 3. Item (o) Warranty is amended to include the following: Following delivery and installation, the vendor shall provide technical support and warrant the unit parts and labor for one full year. The vendor shall provide operating, repair, and installation manuals for the unit. The manuals shall be provided in duplicate. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. The Contractor shall provide a copy of its standard commercial warranty with its quotation. 4. Item (d) Packaging and Marking is amended to include the following: The unit shall be packed for shipment in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce regulations, Uniform Freight Classification rules, or regulations of other carriers as applicable to the mode of transportation. After installation and connection to all services by USDA, the successful bidder shall demonstrate start-up and operation within two weeks after notification by the USDA that the unit is ready. The unit must be delivered through a door having an opening of 10 ft wide and 11 ft 8 in high. Inside the building, a 5 ton crane and a 2 ton fork lift truck are available for unloading. USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer. This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.214-21, Descriptive Literature ( Apr 2002); 52.214-34, Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.247-35, F.O.B. Destination, Within Consignee?s Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Apr 2003); 52.232-33 Payment By Electronic Funds Transfer -Central Contractor Registration (May 1999), applies to this acquisition. Responses are due by 4:00 p.m. local time, on September 23, 2003, at the USDA, ARS, Eastern Regional Research Center, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Purchasing Agent, (215) 233-6553 or fax (215) 233-6485.
 
Place of Performance
Address: USDA, ARS, ERRC, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA
Zip Code: 19038
Country: USA
 
Record
SN00433857-W 20030915/030913213047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.