Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2010 FBO #3150
SOLICITATION NOTICE

36 -- Grinder/Shredder

Notice Date
7/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Reutilization and Marketing Service - Hawaii, ATTN: DRMS-PHW (Pacific), 1025 Quincy Avenue, Suite 2000, Pearl Harbor, Hawaii, 96860-4512
 
ZIP Code
96860-4512
 
Solicitation Number
SP453010Q0007
 
Archive Date
8/12/2010
 
Point of Contact
Bernadette S. del Rosario-Simmons, Phone: 8084734438, Curtis Chang, Phone: 808-473-4274
 
E-Mail Address
Bernadette.delRosario-Simmons@dla.mil, curtis.chang@dla.mil
(Bernadette.delRosario-Simmons@dla.mil, curtis.chang@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Reutilization and Marketing Services/Defense Logistics Agency (DRMS/DLA), Hawaii requests responses from qualified sources in response to this combined synopsis/solicitation. This synopsis/solicitation for a commercial item is prepared in accordance with the prescribed format in FAR Subpart 12.6, as supplemented with additional information included in this notice. (i) This solicitation is issued as a request for quotation (RFQ). Submit written quotes only. Also see “Instructions to Offerors” and “Evaluation of Quotations” herein. This announcement constitutes the only solicitation; a written solicitation will not be issued. All vendors providing quotes are responsible for monitoring this site for the release of any amendments or other information pertaining to this solicitation. (ii) The RFQ number is SP4530-10-Q-0007. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-42 and DFARS Change Notice 20100611. (iii) This notice of intent is a request for competitive quotes and is a 100% small business set-aside in accordance with FAR 19.502. The North American Industry Classification System (NAICS) Code is 333298 and the Small Business Standard size is 500 employees. (iv) The FOB Point is Destination which means quotes must be inclusive of all transportation charges from the shipping point of the supplier to the delivery destination in Okinawa, Japan. (v) Description of the requirement is as follows: GRINDER / SHREDDER FOR DRMO OKINAWA 1. The equipment to be furnished under this contract shall be new and from the manufacturer’s most current production. The equipment furnished hereunder shall be delivered ready for immediate use. (a) Quantity: One (1) each Note: Equipment and furnished accessories shall comply with Japanese Safety Standard in effect on the date of manufacture. 2. Intended Use: This grinder/shredder is intended for shredding/mutilating metal and electronic scrap of various sizes and alloys, such as expended shotgun shells, expended 9mm brass casings, 40MM casings, metal aircraft parts (bolts, washers, pins), ammunition clips and rings and electronic testing devices, wire, plastics and other miscellaneous materials and equipment. 3. Minimum Requirements: Grinder/Shredder must be able to deform and mutilate items beyond use for its intended purpose. Unit must be able to withstand potential inadvertent discharge from 12 gauge shotgun shells and 9mm cartridge casings (includes baffle to reduce risk of unanticipated discharge). Size of material requiring mutilation will range from small metal items such as rivet pins, cotter pins, washers and bolts to be mutilated to pieces as small as.01 inch in diameter by 1 inch long up to electronics 24 inches by 24 inches by 24 inches in size. Maximum height: 150 inches height (to allow installation under rafters) In Feed Conveyor: - Incline Length: Less than or equal to 12 feet - Width: 24 inches - Meter feed to control inflow of material to machine. - Side Skirts: 6 inches Type: Electric powered, 208/240 Volt/3-Phase/60 Cycles Electrical Controls: Programmable controller, integrated conveyor controls, Amperage overload reversing, Auto shutdown on frequent reversal. Exterior Color: Manufacturers Standard 4. Additional requirements: Technical Publications: Two (2) complete sets of operations and maintenance manuals. Each set in English and Japanese (if available), to be furnished by Contractor at time of equipment delivery. Safety: The equipment shall comply with Japanese domestic safety requirements. Unit must be able to withstand potential inadvertent discharge from 12 gauge shotgun shells and 9mm cartridge casings (includes baffle to reduce risk of unanticipated discharge) to protect workers operating machinery. Services: Installation and on-site testing of various materials to ensure operational. System factory tested prior to shipping. Warranty: Warranty coverage shall be the manufacture’s standard warranty. DRMO Okinawa shall receive corresponding warranty coverage. Warranty coverage shall begin the date when DRMO Okinawa accepts the motor vehicle at the point of designation. (*) to be inserted by contractor. Name or Firm: * Address: * Telephone No.: * 5. Delivery Point: The equipment shall be delivered ready for immediate use. The equipment ordered shall be delivered with all transportation charges borne by the contractor to the following delivery point: Deliver to:DRMO Okinawa BLDG 600, Camp Kinser Okinawa, Japan 901-2191 6. Delivery Date: The equipment shall be delivered at the delivery point specified above within 60 days after date of contract award. (vi) It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm, or http://farsite.hill.af.mil. (vii) In accordance with FAR Part 12.205, quoters are asked to provide existing product literature that includes technical specifications and capabilities of equipment quoted. (viii) The provision at FAR 52.215-1, Instructions to Offerors – Commercial, applies to this acquisition. (ix) The offer shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Aug 2009) with its quote. An offeror shall complete only one paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. In addition, the following DFARS provisions apply: DFARS 252.212-7000 Offeror Representations and Certifications – Commercial Items; DFARS 252.209-7001, (x) FAR Clause 52.212-4, Contact Terms and Conditions—Commercial Items applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, paragraphs (a), (d) and (e) apply to this acquisition. Additionally under this clause in paragraph (b) the following clauses are incorporated: FAR 52.219-6, Notice of Small Business Set-Aside (JUN 2003), 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor (JUN 2003); FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies (AUG 2009; FAR 52.222-21—Segregate Facilities, (FEB 1991); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (OCT 2003); FAR 52.232-33, Payments by Electronic Funds Transfer – Central Contractors Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels FAR 52.233-3 Protest After Award (AUG 1966);. FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); for paragraph (c), no FAR Clauses apply to this acquisition. (xii) Further, DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. For paragraph (a), FAR 52.203-3 Gratuities (APR 1984); for paragraph (b) the following clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation (AUG 2008); 252.225-7000, Buy American Act--Balance of Payments Program Certificate (DEC 2009); 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; For Paragraph (c), applies to this acquisition. DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) Alternate III (MAY 2002). (xiii) The following additional FAR, DFARS, and DLAD clauses (by reference) apply to this acquisition: 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.232-17, Interest; 52.242-15, Stop-Work Order; 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; 252.232-7010, Levies on Contract Payments; DLAD 52.212-9000, Changes – Military Readiness (Mar 2001). (xiv) FAR 52.204-7, Central Contractor Registration applies to this solicitation. The Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. (xv) EVALUATION OF QUOTATIONS/OFFERS: FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement, (2) Price. This procurement will be evaluated based on low price technically acceptable. Technical acceptability is determined to be the offeror’s ability to provide product in accordance with the specifications/item descriptions and in compliance with the delivery schedule. Award will be made to the responsible offeror whose quote is technically acceptable, in full compliance with all other requirements set forth in this combined synopsis/solicitation, and the lowest evaluated price. The Government reserves the right to judge which quote shows the required capability. The Government also reserves the right to eliminate from further consideration those proposals which are considered unacceptable. Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. INSTRUCTIONS TO OFFERORS: Questions, inquiries, and quotes must be e-mailed to Bernadette S. del Rosario-Simmons, e-mail bernadette.delRosario-Simmons@dla.mil. Quotes may also be mailed to Defense Reutilization & Marketing Service, Directorate of Acquisition Management, Attn: Bernadette del Rosario-Simmons, 1025 Quincy Avenue., Ste. 2000, Pearl Harbor, HI 96860-4512. Facsimile quotes will not be accepted. All prospective quoters interested in submitting a quote are required to submit the following: quote for item, company name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code, tax identification number, prompt payment terms, delivery time, date offer expires and warranty information. Quotes shall reference the RFQ number, as the RFQ and terms therein will be referenced and incorporated in the award documentation where applicable. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Aug 2009) shall be included with the quote. The quoter shall use the Standard Form 1449, “Solicitation/Contract Order for Commercial Items.” The form can be found at www.gsa.gov. All questions must be received no later than 4:00 PM Hawaii Standard Time (HST) on 16 July 2010. Quotes are to be received no later than 4:00 PM HST on 28 July 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMO-Hawaii/SP453010Q0007/listing.html)
 
Place of Performance
Address: DRMO Okinawa, BLDG 600, Camp Kinser, Okinawa, Japan 901-2191, Japan
 
Record
SN02199259-W 20100710/100708234840-09739f3ba692bce583a4bb2fa7641fff (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.