Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1998 PSA#2036

Commanding Officer, Code 044/4, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226-5000

34 -- VERTICAL CAROUSEL FOR BAR STOCK STORAGE INTERTEX, MODE #C-272-21LN OR EQUAL SOL DTCG40-98-Q-40017 DUE 031298 POC Point of Contact -- Contact Sandy Miller, Contract Specialist, (410) 762-6452/David H. Monk, Contracting Officer (410) 762-6456 This is a combined synopsis/request for quotation for commercial items prepared in accordance with the format in FAR Subpar 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY QUOTATION; QUOTES ARE BEING REQUESTED AND A WRITTEN QUOTATION WILL NOT BE ISSUED. This synopsis/Quotation constitutes an Invitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. The applicable Standard Industrial Classification Code (SIC) is 3599, Size 500 (Employees). This requirement is being solicited on brand name or equal basis. IAW with subpart 19.6 this acquisition is reserved exclusively for small business concerns. The acquisition is for: One (1) each Vertical Carousel for Bar Stock Intertex manufactured by Carousel Corp. #C-272-21LN OR EQUAL. Salient characteristics of the carousel are: 1. MACHINE SYTLE -- single loop vertical carousel with loading nose for crane unloading (a) HEIGHT 25' max. (b) WIDTH -- 27' max., (c) DEPTH -- 8' MAX., (a) NUMBER OF CARRIERS -- 21 CARRIERS 2000 LBS. each minimum, (b) Carrier WIDTH -- 22' 6" minimum, (c) Carrier DEPTH 12" min., (d) Carrier HEIGHT -- 12" min., (e) TOTAL MACHINE CAPACITY -- 42,000 lbs. min. 3. ELECTRICAL SPECIFICATIONS: (a) power -- 480 volts 3 PH. 60 cycle, (b) motors -- two each helical beveled geared drive units, (4) CONTROLS -- up and down button controls with an emergency stop shall be easitly accessible on the left side of the machine and of a size and color easily seen by the operator. (5) SAFETY: (a) chain load shall secure a 7 time break safety factor (min. 7:1 Static) (5.1 dynamic), (b) side sheeting -- up 96" from the floor min., (c) Front guarding -- mesh or bar gaurds down to 96" from the floor (max.), (d) rear guarding -- as required to close unit. NOTE: Guarding in the chain, side sheeting, front guarding and back guarding must meet min. requirements found in OSHA 29 CFR Chapter XVII 1910.212 and 1910.219. (6) ELECTRICAL -- emergency stop shall be key released to reset. (7) MOTORS -- Unit shall have inboard or outoard drive motors. NOTE: Unit shall meet width constraints as mandated in 1.(a) and 2.(b) above. Motors sahll have an elctronically controlled overhead device. 6. MISC: Unit shall consist of stuctural "I" beam or rectangualr tubular steel construction, including carriers. Each carrier and the entire machine shall meet the weight requirements in 2(a) and (e) above. Delivery of item 1. shall be 140 calendar days after date of contract award. 9. OEM's BEST STANDARD WARRANTY is requested and shall be identified in the bidder's quote. 10 PROVIDE AN ISNTALLATION SUPERVISOR to erect the unit for three (3) days with the assistance of three (3) CG YARD employees. Installation shall begin within seven (7) working days after receipt of Item No. 0001. This joint effort shall not, in any way, lessen the entitlements of the Government under the warranty provided in conjunction with this contract. All responsible sources may submit a Quotation which if timely received, shall be considered by the agency. Award will be made on an "all or none' basis. Items are to be delivered to USCG Engineering Logistics Center, Warehouse, Bldg. 86, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. FAR provision 52.212-2 Evaluation -- Commercial Items" (OCT 1997) does not apply in that award will be made to the bidder who submits the lowest price and addresses and adheres to all salient characteristics stated herin. Quoters/Bidders are instructed to include a complete copy of FAR provision 52.212-3, "Offerors Representatives and Certifications-Commercial" Items (Jan 1997) with their quote. The following FAR provisions and clauses apply to this quotation and are incorporated by reference. FAR 52.212-1, Instruction of Offerors -- Commercial Items (JUN 1997). The following addenda is added to 52.212-1 "Instructions to Offerors -- Commercial Items (JUN 1997) (1) Para. (b) Bidders who choose to submit their quote on an SF 1449 may contact Sandy Miller for a copy of the SF 1449. 92) Para. (b)(4) In addition to the wording in the cited para., if the bidder proposes to furnish an "equal" product, the brand name, if any of the product to be furnished shall be clearly identified in the quote. The evaluation of offer and the determination as to equality of the product shall be the responsibility of the Government and will be based solely on information furnished by the bidder/quoter or identified in it's quote. The bidder is responsible for providing all information and/or descriptive literature, (such as cuts, illustrations, drawings and/or other information) necessary for the Contracting Officer to determin whether the product offered meets the salient characteristics requirement of the soliciation. If the bidder must modify a product so as to make in conform to the requirements of this soliciation, it shall include in it's bid a clear description of such proposed modifications, and clearly mark any descriptive material to show te proposed modifications. "Transportation Acquisition Clause (TAR) clause 1252.211-70, Brand Name or Equal (Oct 1996) is incorporated by reference into this acquisition and has the same force and effect as if incorporated in full text. Modifications proposed after sealed bid opening to make a product conform to a brand name product reference in the solicitation wil not be considered. 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAR 1997), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 1996) applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6 "Restriction on Subcontracting Sales to the Government with Alternate I, (JUL 1995), 52.203-10 "Price of Fee Adjustment for Illegal or Improper Activity (JAN 1997), 52.219-6 "Notice of Total Small Business Set-Aside (JUL 1996), 52.219-8 "Utilization of Small Businesses Concerns and Small Disadvantaged Buisness Concerns" (JUN 1997), 52.219-14 "Limitations on Subcontracting" (DEC 1996), 52.222-26 Equal Opportunity, (APR 1984), 52.222-35" Affirmative Action for Special Disabled and Vietnam Era (APR 1984), 52.225-3 "Buy American Act -- Supplies (JAN 1994), FAR 52.222-3, Convict Labor, (AUG 1996), FAR 52.233-3, Protest After Award, (AUG 1996) FAR 52.222-26, Equal Opportunity (APR 1984), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1984), 52.222-36, Affirmative Actions for Handicapped Workers (APR 1984), 52.222-37, Employment Reports on Special Veterans and Veterans of the Vietnam Era (Jan 1988), Defense Priorities and Allocations Rating DO-A1. Mail quote to: Commanding Officer, U.S.C.G. Engineering Logistics Center, Attn: Sandy Miller, Electronic/General Contracting (Code 044/64) 2401 Hawkins Point Road, Mail Stop 26, Baltimore, MD 21226-5000. Closing date and time for receipt of Quotes is 26 February 1998 at 2:00 P.M. Eastern Standard Time. Questions may be directed to Mrs. Sandy Miller at (410) 762-6452. Facsimile quotes are not acceptable. Final acceptance shall be at destination. Submit offers in strict accordance with FAR Provision 52.212-1. Copies of FAR Clause 52.212-3 will be provided upon bidder's request. To assist in developing a source list for this acquisition, interested bidders are encouraged to contact Mrs. Sandy Miller to be included on the source/bidders list. This list will be used to utilized to inform bidders of changes in the requirement. Each quoter/bidder must contact Mrs. Miller to request a copy of an amendment(s), otherwise a formal notice of changes will be issued in the Commerce Business Daily (CBD) via an amendment. For Minority Women Owned and Disadvantaged Business Utilization (OSDBU) the Department of Transportation (DOT) has a program to assist minority, women-owned and disadvantage business enterprises to acquire short-term working capital assistance for transporation related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concnerning the STLP please call the OSDBU at (800) 532-1169. (ACAC0218035-02) (0049)

Loren Data Corp. http://www.ld.com (SYN# 0211 19980220\34-0001.SOL)


34 - Metalworking Machinery Index Page