Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,1997 PSA#1759

COMMANDING 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