Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

39 -- Bulk Bag Unloading System

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
104 FW Contracting Office, 175 Falcon Drive, Barnes Air National Guard Base, Westfield, MA 01085-1385
 
ZIP Code
01085-1385
 
Solicitation Number
W912SV-10-T-0005
 
Response Due
3/2/2010
 
Archive Date
5/1/2010
 
Point of Contact
edward chrusciel, 4135689151
 
E-Mail Address
104 FW Contracting Office
(edward.chrusciel@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Massachusetts Air National Guard has a requirement for a Bulk Bag Unloading System for the support of mission functions within the Civil Engineering function at Barnes Air National Guard Base, Westfield, Massachusetts. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This RFP is being conducted using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. Point of Contact for this announcement is Mr. Edward Chrusciel. Questions may be submitted via e-mail to: 104fw.msc@ang.af.mil. Please include the solicitation number in your request. The Solicitation Number is: W912SV-10-T-0005. The Solicitation is issued as a Request for Proposal (RFP). Proposals are due on Tuesday, March 2, 2010 at 1400 HRS (2:00pm). This procurement is being issued as a 100% Small Business Set-Aside. NAICS Code is: 334519. The small business size standard is 500. This solicitation is set-aside for small business participation in accordance with FAR 19.502-2(b). the anticipated award-type is firm-fixed-price (FFP). In accord with FAR 52.212-2(a), the Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (in descending order of importance): (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; (iii) past performance; (iv) extent/nature of offered warranties; and (v) time to deliver installed after receipt of order. All evaluation factors other than price, when combined, are approximately equal to price. Evaluations will be based on information furnished by the Offeror in its Proposal and reasonably available to the Contracting Officer. The Government intends to make award without discussions. Proposals submitted on a basis other than FOB Destination will be rejected as nonresponsive. The delivery/installation location will be: 104FW/CE, 175 Falcon Dr, Westfield, MA, 01085-1482. Government personnel and material handling equipment will be made available to the successful offeror to assist with offloading and positioning of Items. Proposals must be submitted electronically to 104fw.msc@ang.af.mil. Quotations must meet all instructions put forth in this solicitation. Responses/Offers are due 2:00 pm EST on 02March 2010. Submit an electronic proposal; oral proposals will not be accepted. By submission of a Proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. The Central Contractor Registration (CCR) database is available at http://www.ccr.gov. Proposals shall include the offerors CAGE Code, any prompt payment terms, and estimated delivery date. Any Offerors whose name appears on the Excluded Parties List will be immediately eliminated from consideration. Offerors must include a completed Buy American Act Certification, DFARS 252.225-7000. This notice does not obligate the government to pay for proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil. All proposals must be for all items stated, partial proposals will not be considered. Only firm fixed price offers will be evaluated. Award will be made to one vendor. STATEMENT OF WORK - Bulk Bag Unloading System SW-01 SCOPE: The proposal shall include all equipment design, engineering, fabrication, assembly and standard factory testing of a Bulk Bag Unloading System for bulk bags of Cryoteck pelletized runway de-ice. System should include installation, operation and maintenance manuals. Should include delivery to the address listed below. SW-02 LOCATION: Massachusetts Air National Guard, 104th Fighter Wing, 175 Falcon Drive, Barnes ANGB, Westfield MA 01085-1482 SW-03 PRINCIPAL FEATURES: the Bulk Bag unloading System should include the following, but is not limited to the following features. a. Provide a custom Bulk Bag unloading system designed for the discharge of bulk bags of Cryotech pelletized runway de-icer: This system shall be a bolt down, stationary design for indoor use. Main support structure should be constructed of 4 inch square structural carbon steel tube, wall thickness, capped ends all welds continuous for durability and easy equipment cleaning. Frame should be continuously welded square structural tube diagonal bracing for an extremely rigid structure. Frame sections should include heavy-duty 1/2 inch thick bolt flanges which are pre-drilled for ease of assembly. The lower section of the discharging system shall be customer designed to allow for loading vehicles. The opening for vehicles shall be, but not limited to 108 inch wide x 84 inch high. The bulk bag system should be of modular design to allow for ease of field installation and/or retro-fit of additional features. Unit shall includes a #7 gauge carbon steel bulk bag support pan with a 1/4 inch wall continuously welded carbon steel support frame for added operator safety and bag support. b. This unit shall include a bag hanger frame which easily accommodates a wide range of bag sizes, properly positions straps for maximum product discharge, and includes welded strap stops on the end of each arm of the bag lifting frame for added operator safety. c. System shall include a 1 Ton chain hoist with motorized trolley for efficient loading of bags in and out of the bulk bag frame. This should include an 8 inch I-beam monorail with heavy-duty mounts, heavy wall carbon steel tubular support members, and mechanical end and loading position stops./ d. Hoist shall have a 5.7 HP; 460v/3ph/60Hz fan cooled lifting motor with ANSI H4 Duty classification, Class F insulation, thermal overload protection, and cooling fins. Hoist shall utilizes a heavy-duty two (2) part chain guiding system and a six (6) pocket hardened load sprocket for smoother load distribution, and reduced chain wear. Hoist shall have a minimum AGMA 10 heat treated gearing for dependable operation and pressure cast aluminum body with epoxy finish for corrosion resistance. Power supply and pendant cords shall have quick disconnect plug-in connections. Hoist shall have low profile upper travel and lower travel limit switches. Hoist shall be corrosion-resistant electro-zinc plated, heat treated grade 80 chain for superb durability and strength. Forged carbon steel bottom hook swivels 360 to prevent chain from kinking or twisting. Hoist shall have two (2) speed lifting operation for reduced loading/unloading time, more precise load handling, and extended life. Hoist lift/lower speed shall be 32/8 fpm. Hoist shall includes an torque limiting overload device for lifting overload protection, and a self-adjusting sealed D.C. electromagnetic disc brake for safety. e. Motorized trolley shall be 1.4 HP, 460v/3ph/60Hz motor, trolley brake, built-in safety drop stops, and rubber bumpers. Trolley speed should be slow enough to reduces load swing. Hoist system shall includes a five (5) push button, IP 55 rated pendant control with push button E-stop wired to mainline contactor for operator safety. f. Unit will include the slide gate to allow the material flow to be stopped during bulk bag discharge. The partially discharged bag can then be removed and another bag can be placed in the unloader. The gate shall be constructed using machined 304 stainless steel and UHMW polyethylene. This gate shall include pneumatic cylinders and all necessary plumbing, filter, regulator w/pressure gauge, directional control valve and an OPEN/CLOSED selector switch control. Manual selector switch control shall be enclosed in a NEMA 4 control enclosure. Gate should have fully mounted interlock switches to prevent operation of the gate unless both chamber doors are in a closed position. g. Unit shall includes a custom work access platform to provide access to the bulk bag spout. Platform to be 1 inch x 4 inch grate attached to appropriate size tubular support frame. Structure shall includes access stairs and access ladder, toe-kick, and appropriate tubular safety railings. Work platform should be pre-assembled at the factory for proper fit. Unit will have a, bolt-together, modular design, for ease of assembly. The access platform should be design to provide the best ergonomic operator height for accessing the bulk bag discharge spout. h. Unit should be brush blasted, cleaned, and painted, the main structure should be a Safety Blue, decking and stair treads should be painted black and the toe-kick and railings should be painted a Safety Yellow using a two-part, high performance, industrial epoxy system. This epoxy system shall have a resistance to industrial fumes, salt atmosphere, heavy abrasion, grease, oil, gasoline, solvents, cutting oils, coolants and hydraulic fluids. The finish should have integrity that is generally unaffected by exposure to these conditions resulting in long term, maintenance free protection. SW-04 PERFORMANCE: The above brief outline of principle features in no way limits the Contractor to provide a complete product. SW-05 SUBMITTALS: Prior to fabrication, submit approval drawings and manufacturers catalog data. SW0-06 WARRANTY: Provide one year warranty on all work and materials. Proposals shall identify the items country of origin for any non-U.S. end product. FAR 52.252-2 - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil The following FAR Provisions and Clauses apply to this acquisition: 52.203-3 (Gratuities); 52.203-6 Alt. I (Restrictions on Subcontractor Sales to the Government); 52.204-4 (Printed or Copied-Double Sided on Recycled Paper); 52.204-7 (Central Contractor Registration); 52.211-6 (Brand Name or Equal); 52.212-1 (Instructions to Offerors); the clause at FAR 52.212-3 ALT-I, Offeror Representations and Certifications Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-Line at http://orca.bpn.gov/publicsearch.aspx; 52.212-4 (Contract Terms and Conditions Commercial Items); 52.212-5 (Dev) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items); 52.219-6 (Notice of Small Business Set-Aside); 52.219-8 (Utilization of Small Business Concerns); 52.219-14 (Limitations on Subcontracting); 52.219-28 (Post-Award Small Business Program Representation); 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, Veterans of the Vietnam Era, and other Eligible Veterans); 52.222-36 (Affirmative Action for Workers with Disabilities); 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans); 52.222-39 (Notification of Employee Rights Concerning Payment of Union Dues or Fees); 52.222-50 (Combating Trafficking in Persons); 52.223-5 (Pollution Prevention and Right to Know Information); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.228-5 (Insurance Work on a Government Installation); 52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration); 52.233-2 (Service of Protest) - designation of location where protest may be served is: USPFO-MA, Purchasing and Contracting, 50 Maple St, Milford, MA 01757; 52.233-3 (Protest After Award); 52.233-4 (Applicable Law for Breach of Contract Claim); 52.237-2 (Protection of Government Buildings, Equipment and Vegetation); 52.247-35 (F.o.b. Destination, within Consignees Premises). Responsive Offerors are advised to include a completed copy of the provision at FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items, with any proposal. The following DFARS Clauses apply to this acquisition: 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials); 252.203-7002 (Requirement to Inform Employees of Whistleblower Rights); 252.204-7004 (Alternate A); 252.209-7001 (Disclosure of Ownership or Control by the Government of a Terrorist Country); 252.211-7003 (Item Identification and Valuation); 252.212-7000 (Offeror Representations and Certifications Commercial Items); 252.212-7001 (DEV) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items); 252.223-7006 (Prohibition on Storage and Disposal of Toxic and Hazardous Materials); 252.225-7000 (Buy American Act Balance of Payments Program Certificate); 252.225-7001 (Buy American Act and Balance of Payments Program); 252.225-7012 (Preference for Certain Domestic Commodities); 252.225-7015 (Restriction on Acquisition of Hand or Measuring Tools); 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports); 252.232-7010 (Levies on Contract Payments); 252.243-7002 (Requests for Equitable Adjustment); 252.246-7003 (Notification of Potential Safety Issues); 252.247-7023 (Transportation of Supplies by Sea).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV-10-T-0005/listing.html)
 
Place of Performance
Address: 104 FW Contracting Office 175 Falcon Drive, Barnes Air National Guard Base Westfield MA
Zip Code: 01085-1385
 
Record
SN02055743-W 20100204/100202235447-0f54b1cc54795f499805f7d2f98763cd (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 |
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.