Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
SOLICITATION NOTICE

36 -- Assemble and Install NSA Approved Disintegrator

Notice Date
9/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N40192-12-Q-7074
 
Archive Date
10/5/2012
 
Point of Contact
Teresita Q. Untalan, Phone: 6713664257
 
E-Mail Address
teresita.untalan@us.af.mil
(teresita.untalan@us.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; quotes are being requested and a written solicitation will not be issued. This solicitation, N40192-12-Q-7074, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 333319 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation: CLIN 0001 - (1 EACH) Assemble and Install NSA Approved Disintegrator in accordance with below Statement of Work: CUSTOMER The subsequent is a requirement for the Knowledge Operations section (36 CS/SCXK) at the 36th Communications Squadron at Andersen AFB, Guam. SCOPE OF WORK The contractor is responsible for providing a disintegrator that must meet the requirements of NSA/CSS specification 02-02 ~ High Security Disintegrators and NSA/CSS 04-02 ~ Optical Media Destruction Devices and be approved for the COMSEC/SCI destruction of ALL paper, CD ROMs, DVDs, key material, flash media optical, and soft magnetic media applications. The contractor is also responsible for installing the equipment, providing training to 36 CS personnel on how to use the disintegrator, providing on-island service calls, and providing on-island preventative maintenance. Warranty: Disintegrator must come with a lifetime warranty. GENERAL SPECIFICATIONS The disintegrator must be on the NSA approved list of devices: http://www.nsa.gov/ia/mitigation_guidance/media_destruction_guidance/index.shtml Under "High Security Disintegrators": http://www.nsa.gov/ia/_files/Government/MDG/NSA_CSS_EPL_02_02_P.pdf Disintegrator must have a modular framework design, free standing roof, and built-in jackscrew adjustment on frame. It must be able to disintegrate paper, CD ROMs, key material, flash optical media, and soft magnetic media applications with a classified capacity at 3/32" particle size (NSA EPL rated). Must have gasket sealed feed door and integrated feed curtains for improved sound and dust control as well as user safety. The disintegrator must have a small footprint design to save space while keeping a through put at NSA rated 500 lbs/hr. Must also have: •· Bottomless filter system •· Pushbutton control interface with load meter, timed shutdown •· Keyed for emergency stop •· Have required supplies for a full year of operation DETAILED SPECIFICATIONS Cutting Chamber: 10" x 16" Must be of welded construction (not cast) for added strength Solid 5 Blade Steel Rotor Cutting System: 7 blade cutting system (5 rotor/2 bed) made of solid steel. Looking for an opti-angle rotor for maximum cutting inertia, low rpm, for a more energy efficient and less jams (vs open rotor designs) Each rotor knife should have a minimum of ten hold-down bolts for added knife strength Disintegrators should come with a full set of installed re-sharpenable, replaceable counter-angled knives for high efficiency scissor action cutting. Outboard pillow block type bearings external to the cutting chamber to prevent bearing failure due to dust ingestion Safety feed hopper with two (front and top) feed openings Safety limit switch to ensure "open circuit" condition during maintenance and inspection Safety magnetic motor starter with low voltage controls and thermal overload protection Safety chock to hold hopper in upright position and insure operator safety during maintenance and inspection Fully enclosed belt guard to prevent operator injury. Set of five operator adjustable safety V-Belts. Caster mounted sound treated base standard for moving unit. Hour meter All fasteners are American National Standard - no metrics. 3/32" DoD approved security screen Motor: 15 HP motor, 460 volts, 3 phase, 60 Hz Cutting speed: 585 rpm or 5850 cuts per minute Air Evacuation System: Dual Bag (F034B) ¾ HP. Should be integrated/mounted with industrial brackets inside enclosure. Dual Bag Waste Collection System w/Detached Dust Collection Filter High efficiency 3/4 HP 120V/60 waste collection with bottomless filter No emptying or removal of filter bag for clean disposal/collection of dust. Dual bag 55 gallon standard waste bag collection for both destroyed particles and separated fine dust. Sound enclosure: Must have MX steel fire retardant sound enclosure with 3/4 HP F-034 dual bag waste collection. The steel sound enclosure must have 2" thick of encapsulated mineral wool insulation rated at a minimum of STC-40 (wood, carpet and polystyrene materials are NOT acceptable). Must enclosure both the disintegrator and waste collection fan system and include a flexi view window for monitoring of waste bag level. Sound Proofing: Must have sound proof base and hopper with built in noise abatement. Safety Interface: Disintegrator must have: An illuminated feed rate meter to guide the user and to help prevent overloads/machine jamming An hour meter to assist in determining system usage and a gauge for maintenance. A timed shut-down electrical control to ensure that the machine shuts down in proper sequence to increase productivity, eliminate jamming with start-up by ensuring chamber is "clean" upon every shutdown. An emergency stop button equipment with a "key" for controlled access ensuring proper operation. Must have organized electrical wiring in an internal junction box for added safety. J-Box should include 100 W industrial light to assist in maintaining the system and changing waste collection. It must operate according to the following voltage specifications: 15HP Disintegrator - 460V/3/60 3/4HP Waste cyclone, controls, PB Assembly - 120V/1/60 User Interface Control Kit: Keyed remote start/stop Auto timed shutdown - Interlocked system - Lockout feature - Load meter Materials: Must include these additional items: - Waste collection bags (about 300) - Extra set of knives - Disintegrator tool kit - One button start/stop controls w/junction box and wiring DETAILED DESCRIPTION OF WORK Installation/Operator Training: The contractor must provide all necessary expertise, and labor to deliver and install the disintegrator. They must also provide all equipment and materials for proper assembly and installation will be provided by the contractor. They must conduct equipment setup, full system test, and operator training. Power must be verified in place prior to release of installation on team. All interconnecting wiring for safety load meter, junction box, and remote Start/Stop provided by contractor. All assembly, equipment Start-Up provided by contractor. Contractor must provide material for run off test. Preventative Maintenance: Contractor must provide local service for maintenance or assistance as required. In order to maximize the efficiency and performance of the disintegrator, a one year preventative maintenance contract is desired. Contract should include at least 3 scheduled preventative maintenance calls per year to cover machine inspection, blade changes, knife sharpening, belt adjustments, lubrication, air system inspection, and a 20 point system check. Contractor must also provide the customer with the option to provide preventive maintenance for additional years. At minimum, preventative maintenance for disintegrator should include: Installation of sharpened knives Calibrate installed knives to application for optimal performance Remove old knives Sharpen spare knives Grease rotor bearings Inspect hopper for easy opening and closing of cutting chamber along with limit switches Inspect rotor for excessive wear Inspect screen for proper fit and wear Inspect drive belt for wear, conveyer belt wear Adjust drive belt/conveyor belt tension to factory specifications for maximum efficiency Check sheave bolt tension and set to factory specifications Preventative maintenance for evacuation system: Inspect fan for proper operation Inspect evacuation system for leaks Lubricate and grease air system as required Adjust flow controls as needed Inspect filters Shake filter and empty debris as required Preventative maintenance for the electrical system: Inspect all safety switches to ensure they function properly Inspect all starters to ensure proper operation REPORTS The contractor is required to complete an evaluation report after conducting preventative maintenance inspections with recommendations to the customer. PERIOD OF PERFORMANCE The expectation is for the contractor to have the equipment installed and up-and-running during the same day of delivery. If any issues arise, all work shall be completed within seven (7) calendar day period, excluding holidays. Quotes should include material description, catalog cuts or other photos to be technically acceptable. Items should be shipped 30 Days ADC, FOB: Destination, Andersen AF Base. Guam The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov and shall be considered for award. All quotes must be sent to Terri Q. Untalan at e-mail teresita.untalan@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Thursday, 20 September 2012, 4:00pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N40192-12-Q-7074/listing.html)
 
Place of Performance
Address: Andersen AFB, Guam, United States
 
Record
SN02882841-W 20120916/120914235607-f59571b55f3a67d04d6c81dce662a154 (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.