|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,1997 PSA#1759COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000
23RD AVE, PORT HUENEME, CA 93043-4301 39 -- VARIOUS BALERS SOL N47408-97-Q-1360 DUE 013097 POC Purchasing
Agent, TRUDY DILIELLO, 805-982-5762 This procurement was previously
synopsized as N47408-96-B-5024 and has been canceled. This procurement
is now being solicited using Simplified Acquisition Procedures. This
is a combined synopsis/solicitation for Commercial Items prepared in
accordanc with the 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
NumberN47408-97-Q-1360 is issued as a request for quotation (RFQ). The
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 90-45. This
requirement is a 100% small business set-aside and will result in a
Firm Fixed Supply type contract. Award will be made to a single quoter
on each entire lot. Offeror must quote on all items in a lot to be
eligible for awar of that lot. Lot No. I; CLIN No. 0001-0003: Lot No.
II; CLIN No. 0004-0006. Award will be made to the lowest responsible
quoter. SIC code 3535; Small business size standard is 500 employees.
LOT I: CLIN 0001: HORIZONTAL BALER QTY: 2 Each. BALER, horizonta,
hydraulically operated, manual tie, conforming to the Salient
Characteristics, and complete with the Technical Services, and General
Requirements contained herein. DIMENSIONS: L-261" X W-65" X H-81":
UNIT WEIGHT: 15,000 LBS. SALIENT CHARACTERISTICS: Bale Size: 36" x 48"
x 60"; Bale Weight: 1200-1500 lbs; Motor: 25-30 HP TEFC; Voltage:
230V-3 Phase; System Pressure: not less than 2500 psi; Ram Force:not
less than 140,000 lbs; Platen Pressure: not less than 85 psi; Cycle
Time: not greater than 20 seconds; Feed Hopper: Approx. 48" x 48" x
36"; Over All Length: Approx. 260 in; Over All Width: Approx. 64"; Over
All Height: Approx. 80". Additional Baler Reuirements: Five Bundles
Baling Wire (125 wires per bundle); Hydraulic Oil (as required to
operate unit). MODEL DESCRIPTION FOR CLIN 0001. The following model of
horizontal baler is known to meet the requirements of this
procurement. Listing this model is for guidance only and is not
intended to exclude manufacturers of other models that meet the
requirements as well. MAX-PAK, Model HCE-4860. CLIN 0002: Stndard
Commercial Operation and Maintenance Manuals QTY: 4 Sets. And Site
Requirements List. CLIN 0003: Standard Commercial Warranty-Not
Separately Priced. LOT II: CLIN 0004: HORIZONTAL BALER, AUTO TIE: Qty:
1. BALER, horizontal, automatic cycling, hydraulially operated with
fluffer and cleated belt conveyor w/pit baffling, conforming to the
Salient Characteristics listed below, and complete with the Technical
Services, and General Requirements contained herein. DIMENSIONS: L-349"
X W-71" X H-89"; UNIT WEIGHT: 23,000 LBS. SALIENT CHARACTERISTICS: Bale
Size: 80" nominal x 44" x 36"; Motor: 40 HP TEFC "C" Face; Voltage:
460V-3 Phase, 60 Hertz; System Pressure: notless than 2250 psi; Ram
Force: not less than 113,000 lbs; Platen Pressure: not less than 70
psi; Cycle Time: not greater than 15 seconds (no load);Feed Opening:
Approx. 42" x 60"; Over All Length: Approx. 349". Over All Width:
Approx. 71"; Over All Height Approx. 89". Additional Baler Features
Required: Press Head Wire Slot Flaps; Oil Cooler -- Air Over Oil; Feed
Hopper Extension; Side Feed Hopper Door with Power Interupter; Upper
Level Sensor; Hydraulic Oil (As required to operate unit); Bale Run Out
Table; 5 Bundles Baling Wire. FLUFFER: Dimensions: (approx.) Length:
65"; Width: 45"; Height: 51"; Hopper Dimensions: (approx.); Length:
65"; Width: 45"; Hight: 42"; Motors: minimum 10 HP TEFC; Control
voltage: 115V. Cleated Belt Conveyor w/Pit Baffling: Dimensions:
(approx.);Length: 41'; Width: 48" (Belt); Incline: 30 Degrees; Belt: 2"
Cleats on 48" center; Motor: minimum 5 HP TEFC; Pit Baffling: Custom
fied fitted. MODEL DESCRIPTION FOR CLIN 0004. The following model of
horizontal baler is known to meet the requirements of this procurement.
Listing this model is for guidance only and is not intended to exclude
manufacturers of other models that meet the requirements as well.
International Baler Corp., Model NA-1296 Baler with Model
IB-6042-10-2B; Fluffer and Model ICBC-48492-P Pit Conveyor. CLIN 0005:
Stadard Commercial Operation and Maintenance Manuals: QTY: 4 Sets and
Site Requirements List. CLIN 0006: Standard Commercial Warranty-NSP.
Installation Planning and Delivery. The contractor shall prepare a site
requirements list for installing the equipment a the receiving
activity. The site requirements list shall contain all the information
needed to construct an installation site for the equipment at the
receiving activity. The list shall include design data on any required
weather protection (i.e. shelter) for the equipment, foundation and
associated mounting pads, utility lines (e.g. electrical power, water,
sewer, etc.), and safety & security items extenal to the equipment
(eg. railings, theft protection, protection against unauthorized access
and use of equipment). The site requirements list shall be submitted to
the government for approval within fourteen (14) days after award of
contract. Preparation f the site by the receiving activity must be
complete prior to delivery of equipment. The contractor shall deliver
the equipment only after obtaining a delivery date in writing from the
government signifying that the installation sight will be ready.
Installation. The contractor shall install the equipment at the
consignee's facility within twenty (20) days after delivery of the
equipment. The contracto shall provide all labor and resources required
for the installation. The receiving activity is responsible for
preparation of the installation site in accordance with the site
requirements list. Start-up. The contractor shall validate the
installation of he equipment by operating the equipment within
twenty-five (25) days of delivery. The contractor shall provide all
labor and resources for the start-up operation. Operation of the
equipment shall include modes and evolutions for which the equipment is
intended to perform. Operating time shall not be less than four (4)
hours. The contractor shall verify that performance, controls,
instrumentation and gauge indicate that the equipment is operating
properly and within design parameters. Training. The contractor shall
provide eight (8) hours of training for personnel at the receiving
activity after installation and start- up of the equipment and within
thirty 30) days of delivery of the equipment. The contractor shall
provide all labor and resources for the training. The training shall
include operation and preventive maintenance evolutions on the
equipment and shall be consistent with instructions in the contractor's
Operation and Maintenance Manual. The contractor's instructor shall be
expert in the operation and maintenance of the equipment and shall
have a prepared raining agenda. The instructor shall explain contractor
warranty provisions related to the equipment. The contractor's
Operation and Maintenance Manual shall be used as a training aid. The
government requires delivery to be made FOB destination 30 days aftr
date of award. Each shipment of material and/or data shall be clearly
marked to show the following information: CLIN 0001 -1 Each: SHIP TO:
Commanding Officer, Naval Amphibious Base Little Creek, Environmental
Quality Division, Code N463, 1450 Gator Boulevard Suite 100, POC:TERRIE
MOSTELLER (804)363-4212, Norfolk, VA 23521-2616. MARK FOR: Contract
#N47408-97-M-____; CLIN #0001, Marked For Envionmental, Quality
Division, TCN N61414-6219-X916, N00249-97- RC-N0916. 1 Each: SHIP TO:
Commanding Officer, Dept. of the Navy Environmental, Dept. Code 110,
Naval Air Station Joint Reserve Base, POC: PAUL BAILEY (817)782-5367,
Fort Worth, TX 76127- 6200. MRK FOR: Contract #N47408-97-M-####; CLIN
#0001, Marked for Environmental Department, TCN N83447-6219-x916,
N00249-97-RC- N0916. CLIN 0004 -1 Each: SHIP TO: Commanding Officer,
Naval Air Station, Recycling Center, 190 Radford Boulevard, ATTN: JIM
WRIGHT, (904)452-2028, Pensacola, FL 32508-5000. MARK FOR: Contract
#N47408-97-M-####. CLIN #0004, Marked For Recycling Center, TCN
N00204-6219-X917, N00249-97-RCN0917. Provision 52.212-1, Instructions
to Offerors-Commercial Items applies to this acquisition. Contractor
must include with offer a completed copy of the provision at 52.212-3,
Offeror Representations and Certifications-Commercial Items Clause
52.212-4,Contract Terms and Conditions-Commercial Items applies to this
acquisition. FAR Clause 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
applies to this acquisition which indicates FAR Clauses 52.222-3
Convict Labor, 52.233-3 Protest After Award, 52.203-6 Restrictions on
Subcontractor Sales to the Government with Alternate 1, 52.222-26 Equal
Opportunity,52.222-35 Affirmative Action for Disabled Veterans,
52.222-36 Affirmative Action for Handicapped Workers, 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era, 52.225-3 Buy American Act-Supplies. Defense Priority
Ratingof this acquisition is DO. The quote is due to the NAVFAC
Contracts Office; Code 272313; 1000 23rd Avenue, Bldg. 41; Port
Hueneme, CA 93043-4301 by 4:30pm on January 30, 1997. POC: Trudy
DiLiello (805)982-5762. (0008) Loren Data Corp. http://www.ld.com (SYN# 0194 19970110\39-0004.SOL)
39 - Materials Handling Equipment Index Page
|
|