SOLICITATION NOTICE
35 -- High Density, Two Ram, Auto-Tie Horizontal Baler
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- MICC - Fort Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
- ZIP Code
- 99703-0510
- Solicitation Number
- W912D012T0405
- Response Due
- 8/27/2012
- Archive Date
- 10/26/2012
- Point of Contact
- Tiffani Brown, 9073531199
- E-Mail Address
-
MICC - Fort Wainwright
(tiffani.a.brown.civ@mail.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number WD912D012T0405 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60, Effective 26 July 2012. This acquisition is 100% set aside for Small Business Concerns and is under North American Industry Classification Standards (NAICS) code 333999 with the number of employees not to exceed 500. Description of Requirement: Please note that this requirement is currently an UNFUNDED requirement. FAR PART 52.232-18 (Availability of Funds) is applicable. Award will be made only if and when funding becomes available prior to 30 Sept 2012. Bidders must include a statement on their quote specifically listing how long their quoted price is valid until or valid through 30 Sept 2012. CLIN 0001: The request is for a one-time buy of a High Density, Two Ram, Auto-Tie Horizontal Baler. The baler specifications are as follows: Two-Ram Automatic Baler Main Ram cylinder size 9" or greater Minimum Main Ram Force of 175,000 PSI or Greater Eject Ram cylinder size 7" or greater Minimum eject Ram Force of 100,000 PSI or Greater Shearing in-feed Baler opening Reversible and replaceable shear bars Electric Motor: 208V,220V or 230V 3-Phase Electric motor with minimum HP Rating of 25 HP Electrical disconnect Baler Cycle time < 30 Seconds Baler Construction: o Main Bale chamber Minimum 3/8" Floor Plate w\ 3/8" liner (plug welded) oMain Bale chamber Minimum 3/8" Side Plates w\ 3/8" liner (plug welded) oMain Cylinder mount minimum 2" plate oEject Chamber Minimum 3/8" Plate Floor with " Liner (plug welded) oEject Chamber Minimum 3/8" Side Plates with 3/8" Liner (plug welded) oEject Cylinder mount minimum 1 " plate Air to Oil cooling system Minimum OCC (Cardboard) estimated Bale weights of 1,400 lbs. Minimum PET (plastic) estimated Bale weights of 900 lbs. Minimum Newspaper estimated Bale weight of 1,600 lbs. Baler capable of Baling Non-Ferrous Materials. Baler Feed opening size: Minimum size 40" Length X 55" Width Hydraulic System minimum Max Pressure > 2,600 PSI Minimum 10 Micron filtration system Bale Size Minimum 48" X 60" X 30" Accent 470 wire tie system Baler must meet or exceed ANSI Z245.5 safety standards. Minimum Wire size for Auto-tie is 12 Gauge. Full Ram Penetration Bale Separation Door on open side of Auto-tie out feed chute. Not setup to push against previous bale. Programmable Logic Controller Primer : rust inhibiting minimum 2 mil thickness Paint : Industrial enamel minimum 4 mil thickness Baler Setup to Auto cycle and manual controls Controls with Oil temp, Oil Level, Ram position indicator, % of Bale complete. Externally adjustable cutter bar Tongue and groove baler floor liners Factory representative at Fort Greely for 3 days initial setup of Baler. Initial Baler training after installation. Optional baler items to be added 1,500 pound spool of baling wire. Need to Procure 3 ea spools of baling wire. Minimum 60 "wide in-feed aboveground conveyor w\ 2 Hp motor Quote should identify in detail all specifications of quoted baler. Quote shall include all shipping, freight, delivery and handling fees and charges to FOB Destination: DPW USAG Ft. Greely Building 603 1st Street Fort Greely, Alaska 99713. Quote Information: Quotes shall be submitted and received no later than Monday, August 27, 2012, at 1700 hours (5:00 P.M.) Alaska Standard Time. Quotes may be e-mailed or faxed to the attention of primary point of contact listed below or the alternate point of contact. Contact Information: Please send any questions or requests to: Mission Installation Contracting Command-Fort Wainwright, Alaska 99703 ATTN: Tiffani Brown (907) 353-1199 or email to tiffani.a.brown.civ@mail.mil. Alternate point of contact is Michelle Nelsen (907) 353-4527, email michelle.m.nelsen.civ@mail.mil or fax (907) 353-7302. Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors who have registered with System Award Management (SAM) formerly Central Contractor (CCR). Vendors may register at: http://www.sam.gov. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Each offeror shall include a completed copy of the provisions with the quotation. The Word document is available for downloading the representation and certifications and in the entire from at http://farsite.hill.af.mil/ FAR Provision 52.219-1 ALT I, Small Business Program Representation FAR Provision 52.222-19, Child Labor Cooperation with Authorities and Remedies. FAR Provision 52.252-2, Clauses Incorporated by Reference. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items. FAR Clause 52.219-1, Small Business Program Representations. FAR Clause 52.219-6, Notice of Total Small Business Set-Aside FAR Clause 52.219-28, Post Award Small Business Program Representation. FAR Clause 52.222-3, Convict Labor. FAR Clause 52.222-21, Prohibition of Segregated Facilities. FAR Clause 52.222-26, Equal Opportunity. FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR Clause 52.225-3, Buy American Act-North Free Trade Agreement Supplies. FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. FAR Clause 52.232-18, Availability of Funds. FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFAR Clause 252-225-7001, Buy American Act And Balance of Payments Program. DFAR Clause 252.232-7003, Electronic Submission of Payment Request. DFAR Clause 252.232-7010, Levies on Contract Payments. Additionally, FAR clause 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) is hereby added to the solicitation per policy memorandum M-12-16 (July 11,2012) and implemented August 15, 2012. Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/020513043c2449526703eb47b23ae716)
- Place of Performance
- Address: MICC - Fort Wainwright PO Box 35510, 1064 Apple Street Fort Wainwright AK
- Zip Code: 99703-0510
- Zip Code: 99703-0510
- Record
- SN02844071-W 20120819/120817235101-020513043c2449526703eb47b23ae716 (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 |