Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

47 -- In-Feed Conveyor

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services - Hawaii, ATTN: DRMS-PHW (Pacific), 1025 Quincy Avenue, Suite 2000, Pearl Harbor, Hawaii, 96860-4512, United States
 
ZIP Code
96860-4512
 
Solicitation Number
SP4530-10-Q-0009
 
Point of Contact
Alfredo C. Chavez, Phone: 8084734267, Bernadette S. del Rosario-Simmons, Phone: 808-473-4438
 
E-Mail Address
alfredo.chavez@dla.mil, Bernadette.delRosario-Simmons@dla.mil
(alfredo.chavez@dla.mil, Bernadette.delRosario-Simmons@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This a combined synopsis/solicitation prepared in accordance with the prescribed format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. (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. (ii) The RFQ number is SP4530-10-Q-0009 conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.1 and FAR Part 12. 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 326220 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 Sagami, Japan. (v) This RFQ contains one Contract Line Item Number (CLIN) on a firm fixed price basis as follow: CLIN 0001: In-feed Conveyor System; Qty: 1; Unit of Issue: EA Unit Price: $ _________ Total Price: $ ___________ Quotes should contain unit price and total price. Detailed description of the requirement: 1. The equipment to be furnished under this contract shall be new and from the manufacturer's most current production. The equipment furnished shall be delivered ready for immediate use. 2. Intended Use: The equipment covered by this specification is intended for use at DLA Disposition Services Sagami to perform daily operations in regards to feeding property for shredding into existing SSI Model M70H shredder. 3. Minimum Requirements: In-feed Conveyor must be compatible with existing SSI M70H shredder and able to perform in feed of commodities such as electronic items, plastic, computers, small tires, paper, light steel, aluminum, printers, faxes, cable, hard drives, and clothing. Conveyor must be able to mount at top of shredder in-feed hopper at 134" height. Conveyor ramp must be able to pull and support 50 lbs per item to be shredded. The contractor shall provide a technical design (i.e. drawings, photos, etc.) depicting how proposed In-Feed Conveyor System is to be installed on the existing SSI M70H shedder unit. The technical design provided by the contractor must be accepted by the Government to be considered for award. In Feed Conveyor System includes: - 36" wide 2 ply 220 rubber belt w/2" cleats on 48" centers - 22' long, with 12" smooth metal sidewalls (no bolts protruding) - 2 hp Fixed speed 90 FPM, 460v/3Ph/50Hz Note: Equipment installation is NOT included. However, offeror is required to submit installation designs/ instructions with the quote. Electrical Controls: Two safety stop switches with safety cable support stand integrated shredder / conveyor operational sequence control panel mounted on conveyor. Power source for conveyor would come from the existing control panel. 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: Unit must be compatible with existing SSI M70H shredder, stable, and mounted to in-feed hopper to assure maximum safety to shredder operators. Warranty: Warranty coverage shall be the manufacture's standard warranty. DLA Disposal Services Sagami shall receive corresponding warranty coverage immediately upon acceptance of the unit at the delivery point. 5. Technical Point of Contact: * (To be named at contract award) 6. Delivery Point: The equipment shall be delivered ready for immediate use. The item ordered shall be delivered with all transportation charges (including customs fee, etc.) borne by the contractor to the following delivery point: Physical Address: DLA Disposal Services Sagami BLDG 104-5 Kamiyabe 600 Sagamihara-shi, Kanagawa-ken JAPAN 229-0001 Delivery POC: * (To be named at contract award) Alternate POC: * (To be named at contract award) 7. 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), FAR 52.219-28, Post Award Small Business Program Representation; 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 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (OCT 2003); FAR 52.232-33, Payments by Electronic Funds Transfer - Central Contractors Registration; FAR 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 (b) the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation (AUG 2008); DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate (DEC 2009); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 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; 52.247-34, F.O.B. Destination; 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, and (2) Price. This procurement will be evaluated based on lowest price technically acceptable offer. 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. INSTRUCTIONS TO OFFERORS: Questions, inquiries, and quotes must be e-mailed to Alfredo C. Chavez, Jr., e-mail: alfredo.chavez@dla.mil. Quotes may also be mailed to: DLA Disposition Services, Acquisition (J-762) Pacific, Attn: Alfredo C. Chavez, Jr. 1025 Quincy Avenue., Ste. 2000, Pearl Harbor, HI 96860-4512. Facsimile quotes will not be accepted. All questions must be received no later than 4:00 PM Hawaii Standard Time (HST) on 08 September 2010. Quotes are to be received no later than 4:00 PM HST on 15 September 2010. 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, and all terms herein will be referenced in the award documentation. 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 Government reserves the right to cancel this solicitation, either before or after the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMO-Hawaii/SP4530-10-Q-0009/listing.html)
 
Place of Performance
Address: DLA Disposal Services Sagami, BLDG 104-5 Kamiyabe 600, Sagamihara-shi, JAPAN, Kanagawa-ken, Non-U.S., 229-0001, Japan
 
Record
SN02261201-W 20100902/100831235012-83517916b873ae8e8d0412e969d31db6 (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.