Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19, 2001 PSA #2960
SOLICITATIONS

39 -- SELF-CONTAINED COMPACTOR/CONTAINER

Notice Date
October 17, 2001
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
ZIP Code
23511-3392
Solicitation Number
N00189-02-T-0010
Response Due
October 18, 2001
Point of Contact
David Zareczny, Purchasing Agent, Phone 757-443-1431, Fax 757-443-1333, Email david_c_zareczny@nor.fisc.navy.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item. Proposals are hereby requested under RFQ N00189-02-T-0010, a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase (1) 6 each, Self Contained Compactor/Container, With the following General Specifications: 1) Charge Box Minimum Capacity, 1.50 Cubic Yards-Waste Rating, 2) Clear Top Minimum Opening, 40 inches long X 58 inches Wide, 3) Total Minimum Capacity, 35 Cubic Yards, 4) Maximum Length, 23 Foot Long, 5) Maximum Width, 8 foot Wide, 6) Campactor Must be totally UL Listed For outside use, 7) Compactor to be Dempster Dino Double End Pick-Up, 8) Paint, Special Color (Furnished to Successful Bidder), 9) Must be in Compliance With ANSI Z245.2 and all OSHA Standards, 10) Must be certified under WASTEC Compactor Certification Program; With the following Performance Characteristics: 1) Cycle Time Minimum 35 Seconds, (2) Total Normal Force, 39,500 Pounds, 3) Total Maximum Force, 49,500 Pounds, 4) Minimum Normal Ram Face Pressure, 22.5 PSI, 5) Minimum Ram Penetration 6 inches, With the following Electrical Characteristics: 1) Motor TEFC-10 HP, 3/60/230-460 VAC, 2) Control Voltage 120 VAC, 3) Controls on Panel Box Face, Key Start, Emergency Stop, 4) Access Interlock Switch on Doghouse Doors, 5) Cycle Controlled By Timers, No Pressure Or Limit Switches, 6) Advance Warning Light, 7) Factory Installed Thermostatically Controlled Oil Heater; With the following Hydraulic Characteristics: 1) Hydraulic Pump Minimum 10 GPM, 2) Maximum Normal Pressure 1850 PSI, 3) Hydraulic Cylinders (2) Bore 4 inches Minimum with 2-1/2 inches Rod, 4) Pressure Gauge, High Mount on Power Pack, 5) Hydraulic Lines hard Piped to Rear, Both Sides of Container with Quick disconnects, 6) Minimum Oil Reservoir, 20 Gallons; With the following Construction Characteristics: 1) Ram Face Plate Minimum 3/8 of an inch Steel, 2) Compactor Body Sides Minimum 1/4 of an inch Steel, 3) Compactor Floor Minimum 3/8 of an inch Steel, 4) Ram Top Minimum 1/4 of an inch Steel, 5) Ram Bottom Minimum 3/8 of an inch Steel, 6) Container Sides, Top and Rear Door Minimum 7 Gauge Steel, 7) Furnish Doghouse Style Hopper with Two Doors 40 inches Wide X 40 inches High, 8) Maximum Load Height 53 inches, 9) Power Pack to have Weather Cover, 10) Container to have Full Seal on Rear Door, 11) Rear Door to be Double Hinge Bubble Gate Style with Auto Latch, 12) All Hinges, Guides and Ground Rollers Equipped with Grease Fittings, 13) Compactor/Containers to have all Manufacturer's Standard Equipment, Warranty: Three (3) Years Structure, Two (2) Years Components and Six (6) Months Warranty on Labor. Delivery will be 3 weeks/ARO. FOB Point Destination to Norfolk, VA 23511. Manufactured by Marathon Equipment Company, Vernon, AL 35592. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2001) ALTERNATE I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2001), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2001) within this clause, the following clauses apply; 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332), FAR 52.232-18 Availability of Funds (APR 1984), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-02-T-0010), provisions and clauses which have been incorporated are those in effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text, DFAR 252.212-7001 Contract Terms And Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) within this clause the following clauses applies; DFAR 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7000 Buy American Act -- Balance Of Payments Program Certificate (SEP 1999), DFAR 252.225-7007 Buy American Act -- Trade Agreements -- Balance of Payments Program________Alternate I (41 U.S.C.10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301 Note).DFAR 252-204-7004 Required Central Contractor Registration (MAR 2000); (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested item, with unit price, extended price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by October 18,2001. Offers can be faxed to (757-443-1333/1389) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: David C Zareczny, Code 202C4, Norfolk, VA.23511-3392. Reference RFQ N00189-02-T-0010, on your proposal.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/N00189/N00189-02-T-0010/listing.h tml)
Record
Loren Data Corp. 20011019/39SOL002.HTM (D-290 SN5108H2)

39 - Materials Handling Equipment Index  |  Issue Index |
Created on October 17, 2001 by Loren Data Corp. -- info@ld.com