SOLICITATION NOTICE
36 -- EPOXY DISPENSING MACHINE
- Notice Date
- 8/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334514
— Totalizing Fluid Meter and Counting Device Manufacturing
- Contracting Office
- Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB3100-7037-3111-A
- Response Due
- 8/27/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Distribution Depot, Hill AFB, Stock Maintenance Division, 6149 Wardleigh Road, Bldg 1160, Hill AFB, Ogden, UT 84056-5848 has a requirement for the following epoxy dispensing machine. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, Streamlined Solicitation for Commercial Items, Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). Reference Number is SB3100-7037-3111. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-18, Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20070531, and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and PROCLTR 2007-09. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 334514 and the associated size standard is 500 employees. 1. Scope of Work to be Performed: The contractor shall provide all necessary engineering, manufacturing, labor, equipment, accessories, and material necessary to install and make operational one epoxy dispensing machine used for injecting/potting inserts that are placed in the walls of ISO shelters. All equipment furnished shall be new from the manufacturer?s most current production and meet current industry standards, and conform to the best quality of materials and workmanship. Accessories not specifically mentioned herein, but necessary to furnish complete unit ready for use, shall also be included and named. All transportation and services for installation shall be provided by the contractor. Because of the variety of approaches to designing a piece of equipment to perform certain tasks, it is not the intent to limit bids to any particular manufacturer, but rather to specify features preferred and descriptive data felt to be common to most designs. The epoxy dispensing machine shall meet the following minimum requirements: Material Specifications: Designed specifically to dispense H.B. Fuller Company two part Epoxy resin, MSDS Product Identifier: 802478PM; Product Number FE6026A & B. High Volume Low Volume Type - Epoxy Epoxy Manufacturer - HB Fuller Company HB Fuller Company Product Number - FE6026A FE6026B Average Viscosity (cps) - 55000 60000 Average Specific Gravity- 1.24 1.39 Average Weight/Gallon (lbs) - 10.33 11.58 Volume Ratio - 1.00 1.00 Weight Ratio - 0.89 1.00 Gel Time - 45 minutes Mixed Specific Gravity - 1.32 Equipment Specifications: Pump sizes - High and Low Volume: 20.000 mm Minimum Shot Size - 7.182 cc 9.444 grams Maximum Shot Size - 47.878 cc 62.959 grams At Required Volumetric Ratio - 1.00:1.00 Service Requirements - Compressed Air: 5 to 15 cfm @ 80 psi with air filter and moisture trap. Electric: none required. Electrical power in this application is a personnel safety issue. Pneumatic operation is required. Fixed ratio machine, two positive displacement piston metering pump rated at +/- 0.1 to 0.5 accuracy, manually positioned shot size selector with reference scale, metering pumps (10mm through 55 mm in 5 mm increments), and both metering pumps fitted with outlet check valve, all pneumatic operation, shot size and flow rate adjustment. Pneumatic controls located on the machine mounted panel. Panel mounted operators include a three position pump mode selector switch (Single shot / Retract / Continuous), drive cylinder pressure regulator and gauge, emergency stop palm button, dispense valve selector switch (Open / Auto / Close) and supply air filter with moisture trap. Material supply ? As a minimum two 5 gallon pressure vacuum tanks are required. Tanks air pressure assembly consisting of a pressure gauge and air pressure regulator. Follower plate rests on top of material and moves down the tank as material is used forcing the material into the middle of the tank preventing cavitations. Ratio check assembly to provide the means to redirect the metering pump outflow from the dispense or mix head to an auxiliary port where individual shots can be gathered for checking repeatability. Dual mode dispense valve logic for Auto/Manual operation. In the Auto mode, the dispense valve automatically opens and closes at the proper time to produce a repeatable, preset shot size. In the Manual mode, the machine is stalled against the dispense valve allowing the operator to open and close as needed. Maximum Overall Dimensions of unit mounted on cart: Length - 48 inches; Width ? 24 inches; Height ? 48 inches Epoxy dispensing machine must be mobile on a heavy duty industrial steel frame deck cart with two fixed and two swivel casters, caster brakes, and removable push/pull handle. Machine must enter and exit ISO shelters sitting one foot above floor level using a ramp in a 40,000 sq ft shop. Hand-held dispense valve with 20 ft of Teflon lined, stainless steel braided outlet hoses is required to reach interior spaces of ISO Shelters for injecting epoxy. Hose hanger on cart is required for stowage of hoses. Reactive materials kept separate until entering a disposable mixer tip/adapter at the hand-held dispense valve. One mixer retaining cap and shroud shall be included. Disposable static mixer nozzles eliminate the need to solvent flush at the end of a shift. Application Hardware for Dispensing Epoxy ? Hand held operator controlled dispensing valve capable of dispensing shot sizes of 7 to 48 cc of H.B Fuller two part Epoxy (FE6026A & B). Dispensing accessories include 4" and 8" metal nozzles/shrouds which houses disposable plastic mixing tubes of 5/16" and 1/2" outside diameter (3/16" and 3/8" inside diameter). Quantities to be supplied are as follows: Qty 2 of the 4" long metal nozzles/shrouds. Qty 2 of the 8" long metal nozzles/shrouds. Qty 90 of the 5/16" outside diameter (3/16" I.D.) disposable plastic mixing tubes. Qty 90 of the 1/2" outside diameter (3/8" I.D.) disposable plastic mixing tubes. Exterior color ? Manufacturer?s standard. Compressed Air - Manufacturer will install a ?" industrial-shaped sleeve-lock plug to connect their unit into existing Government supplied compressed air output lines located throughout the work area. Spare Parts Kit ? Manufacture shall provide a recommended spare parts kit to minimize equipment downtime due to routine maintenance. The manufacturer of all equipment provided shall be ISO 9001 certified. Warranty Coverage: Warranty coverage shall be manufacturer?s standard warranty but not less than one year parts and labor. Warranty shall begin the date when DDHU accepts the epoxy dispensing machine and training is completed. Operator, Parts and Service Manual (s) ? The contractor shall provide after installation is completed one complete set of manuals. To insure sufficient information is available for evaluation, bidders must furnish all descriptive material, (i.e. Catalog cuts, illustrations, drawings, specifications, or other information) necessary to determine whether the machine offered meets the salient characteristic requirements. 2. Definitions of Terms and Abbreviations: a. DDC Defense Distribution Center b. DES DLA Enterprise Support c. DDHU Defense Distribution Depot Hill Utah d. SOW Statement of Work e. DEPMEDS Deployable Medical Systems f. MSDS Material Safety Data Sheet 3. Description of Contractor?s Tasks: Task 1: Install and setup ? Contractor shall install and setup the epoxy dispensing machine. Task 2: Operator Training ? After installation is completed, the contractor shall provide a minimum two hours operator training for up to ten DDHU warehouse employees for the following: 1) Procedures for operation of the equipment. 2) Safety Training. 3) Brief troubleshooting procedure. Task 3: Maintenance Training ? After installation is completed, the contractor shall provide a minimum two hours maintenance training for up to ten DDHU maintenance employees for the following: 1) Preventive and corrective maintenance procedures. 2) Training down to the component level on repair procedures. 3) Discussion of preventive maintenance schedule. 4) Use of parts and service manual. 4. Performance and/or Delivery Schedule: The contractor shall be required to complete delivery and training within 10 weeks after date of contract award. DoDAAC is SM3400. Delivery address: Defense Distribution Depot Hill Tool & Parts Room 6149 Wardleigh Road, Building 1160 Hill AFB, Utah 84056-5713 5. Work Location(s) and travel: On-site installation located at DDHU Building 1160. Travel to other locations is not required. 6. Government Furnished Property/Equipment: The Government will supply the required floor space for equipment. The Government will provide ? inch industrial-shaped sleeve-lock quick disconnect hoses located throughout the work area. 7. Security Requirements: Contractor shall comply with DDHU security requirements for on-site access for personnel and vehicles if necessary. 8. Period of Performance: Ten (10) weeks after date of contact award. 9. POC: The customer POC will be included in the contract at the time of award. 10. Employee Confidentiality and Disclosure Statement: In the event that performance under subsequent award requires that the contractor gain access to proprietary information of other companies, the contractor shall be required to execute written agreements with those companies to protect the information from unauthorized disclosure and refrain from using it for any purpose other than for which it is intended, as prescribed by FAR 9.505-4. A copy of all executed agreements shall be delivered to the Contracting Officer of the award. All information disclosed by the Government to the contractor under the award shall be deemed to be sensitive and/or proprietary, whether or not designated or marked as such. Any employee of the contractor working on this award shall be required to read and sign the Employee Confidentiality and Disclosure Agreement which is included in this contract. Line Item 0001 ? Epoxy Dispensing Machine ? 1 EA = $_______________ each (Price quoted should be quoted FOB destination). Material Safety Data Sheet 802478PM dated 12/14/06 applies. The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 - Instructions to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. Reference paragraph (c) under FAR provision 52.212-1. This paragraph is tailored to read as follows: (c) Period of acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified from receipt of offers. FAR provision 52.212-2 - Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of this Request for Quotation ( RFQ). Award will be based on the quotation that provides the total lowest delivered price, for the epoxy dispensing machine and options that meet the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of descriptive literature that clearly indicates the epoxy dispensing machine and options proposed meets all the Government?s minimum requirements indicated by the salient characteristics listed above and submission of past performance information that provides evidence that the Contractor has timely delivered product to the customer. ?Descriptive literature? means information (i.e. cuts, illustrations, drawings, and brochures) that is submitted as part of a quotation. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product quoted that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operation. The term includes only information required to determine the technical acceptability of the quoted product. The failure of the descriptive literature to show that the product quoted conforms to the requirements of this solicitation may result in the rejection of the quotation. Past performance information. The Contractor shall provide, preferably three (3), customer references for whom the Contractor has provided the same or similar type product. The past performance information should include the following for each reference: 1. Description of item provided 2. Contract number 3. Date of contract award 4. Contract established delivery date 5. Actual product delivery date 6. Dollar amount of contract 7. Issuer of contract ? Government agency or Commercial entity 8. Name and telephone for the point of contact for each contract References may be contacted as part of the evaluation process. Price If a quotation has been determined acceptable under each of the non-price factors listed above, the Government will then evaluate the quotation for the lowest price. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer?s opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price. Although the Government intends to award a firm-fixed price contract as a result of this solicitation, the Government reserves the right to reject any and all quotations. Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items (Alternate I) and DFARS 252.212.7000 ? Offeror Representations and Certifications ? Commercial Items with its price quotation, proposed epoxy dispensing machine and options descriptive literature and past performance information. FAR clause 52.212-4 - Contract Terms and Conditions ? Commercial Items applies to this acquisition. Addendum to FAR 52.212-4: FAR 52.247-34 ? F.O.B. Destination FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.219-6 ? Notice of Total Small Business Aside 52.219-28 ? Post-Award Small Business Program Rerepresentation. 52.222-3 - Convict Labor, 52.222-19 ? Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 ? Prohibition of Segregated Facilities, 52.222.26 ? Equal Opportunity, 52.222-35 ? Equal Opportunity for Special 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, and Other Eligible Veterans, 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.232-36 - Payment by Third Party, 52.239-1 ? Privacy or Security Safeguards DFARS 252.212-7000 - Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions are applicable to this acquisition: DFARS 252.225-7021 ? Trade Agreements, DFARS 252.247-7023 -Transportation of Supplies by Sea, DFARS 252.225-7036 ? Buy American Act ? Free Trade Agreements Balance of Payments Program ALT 1 The following DLAD provisions are hereby added in full text: DLAD 52.233-9000 Agency Protests. Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained calling 1-888-227-2423 or via the internet at www.bpn.gov. All responsible small business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104. Request for Quotation (RFQ) due date and time is August 27, 2007 ? 2:00PM local time. Price quotation, descriptive literature for the epoxy dispensing machine, past performance information and the certifications at FAR 52.212-3 Alternate I must be submitted via the following methods: (1) mail to Defense Distribution Center Acquisition Operations (DDC-AB) Attn: Karen Kaufman, Mission Drive, Building 404, New Cumberland, PA 17070 or FedEx to same address as (2) above except use J Avenue in lieu of Mission Drive. Failure to submit all the above requested information may result in the quotation being eliminated from consideration for award. The name of the individual to contact for information regarding this solicitation is: Karen Kaufman, Contract Specialist, E-mail Karen.Kaufman@dla.mil.
- Place of Performance
- Address: Hill AFB, Ogden, UT
- Zip Code: 84056-5848
- Country: UNITED STATES
- Zip Code: 84056-5848
- Record
- SN01370376-W 20070815/070813220055 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |