Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2002 FBO #0249
SOLICITATION NOTICE

K -- SHREDDER SYSTEM CAPABLE OF SHREDDING SHEETED COTTON LINTERS

Notice Date
8/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
DAAE30-02-R-0829
 
Response Due
8/28/2002
 
Point of Contact
Kathy Hansen, Contract Specialist, 973-724-6093
 
E-Mail Address
Email your questions to Kathy Hansen
(khansen@pica.army.mil)
 
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; proposals are being requested along with samples and a written solicitation will not be issued. OBJECTIVE: Purchase a shredder system that is capable of shredding rolled (sheeted) cotton linters to a specific geometry to support the manufacture of Nitrocellulose at Radford Army Ammunition Plant (AAP). BACKGROUND: Sheeted cotton linters are currently shredded using a conventional shear shredding system. The shredded material is of irregular shapes with frayed edges, and the shredding operation generates a significant amount of dust and fines. The resultant shredded product is difficult to efficiently nitrate impacting the nitrocellulose manufacturing process. A new shredder system is required that is able to produce cotton slivers to a specific, controlled geometry with sharp, defined edges and minimal generation of dust and fines. BID DOCUMENTATION: When submitting bids, the following supporting documentation, either in drawing form or as separate data, is required: (1) Assembly and Subassembly: Assembly and subassembly drawings sufficient to fully describe, in principle and detail, the operation of and the installation requirements of the proposed equipment. (2) Pertinent operating data: Including equipment and motor R.P.M., horsepower, shaft sizes, and bearing types and seals. (3) Special Maintenance Requirements: State requirements, if any. (4) Physical dimensions: Drawings or sketches shall indicate all physical dimensions, equipment locations, and clearances. (5) A sample of material shredded to the required sliver dimensions to confirm that the contractor has the technology needed to meet the requirements of this procurement action. The sliver dimensions are as follows: 1.0 mm wide X 6.0 mm long X 0.98 mm high (thickness established by feed stock). EXCLUSIONS TO SPECIFICATIONS: A detailed list of exclusions shall be provided with the proposed bid. All equipment specifications shall be entirely addressed and any specifications not addressed shall be noted as non-responsive. It is not permitted or acceptable to assume that specifications not mentioned or included in the exclusions to specification statement, if given, are understood to meet the required specifications. REQUIREMENTS: This purchase order shall be executed in three phases IAW the Shredder Specifications provided as Appendix A. (IF YOU WISH TO RECEIVE A COPY OF APPENDIX A, PLEASE CONTACT THE CONTRACT SPECIALIST, KATHY HANSEN, AT 973-724-6093: PHASE 1, DRAWINGS & SPECIFICATIONS: (1) The shredder system shall be designed to meet the requirements set-forth in Appendix A. (2) The preliminary design package (four copies) shall be submitted to the government for review/comment/approval before proceed with Phase 2. (3) Comments and/or approval will be returned to the contractor within 10 working days upon receipt of the design package. (4) If comments are provided, the contractor shall incorporate the requested changes and return the design package for final approval within 15 working days of receipt of the comments. (5) Upon approval of the design package, the contractor may proceed with the subsequent phases. PHASE 2, SYSTEM FABRICATION AND ASSEMBLY: Upon receipt of the approved drawing package, the contractor shall fabricate, assembly and complete the set-up of the shredder system in preparation for the acceptance testing of the system as defined in Phase 3. PHASE 3, ACCEPTANCE TESTING: Before delivering the shredder system, the contractor shall perform an acceptance test addressing the following: (1) The contractor shall be responsible for the set-up and operation of the shredder system including providing a temporary roll feed system, the product collection system and the dust collection system. These are temporary systems to support the acceptance testing and are not deliverables under this contract. (2) The contractor shall operate the shredder system for a period of 4-hours, during which time the feed rate of the machine shall be varied between 200 and 1000 kg per hour (440-to-2200 pounds per hour). The machine shall be operated continuously except for the time required to changeover rolls. (3) The total amount of rolled cotton linters processed (fed into the machine) shall be recorded, as shall the amount of product recovered and the amount of material recovered from the dust collection system. (4) The acceptance testing shall be witnessed by government representatives and representatives from Alliant Techsystems / Radford Army Ammunition Plant. The government shall be notified a minimum of 45-days before the planned date(s) of the acceptance testing. (5) The contractor shall be responsible for disposing of all material processed during the acceptance testing. DELIVERABLES: The Contractor shall furnish the following deliverables: (1) Shredder System: The contractor shall deliver a shredder system that can continually process rolled sheeted cotton linters to the pre-determined sliver dimensions per the requirements set-forth above and IAW all applicable safety and OSHA requirements. (2) The shredder system shall be delivered to: Radford Army Ammunition Plant/POC: Tony Allison/Route 114/P.O. Box 1/Radford, VA 24143-0100. (3) The contractor shall be responsible for all costs associated with the shipping and handling of the equipment FOB Radford AAP, Radford, Virginia. (4) Preliminary Drawing Package: Before the fabrication and acceptance testing, the contractor shall provide the Government with four (4) certified copies of each preliminary drawing IAW DI- DRPR-80651 (see Form 1423) (5) Acceptance Test Results Report: The contractor shall submit an Acceptance Test Report IAW DI-ADMN-80447 (see Form 1423) reviewing the results of the acceptance test performed on the shredder system before shipment to Radford AAP. (6) Final Drawing Package: Upon completion of the fabrication and acceptance testing, the contractor shall provide to the Government one (1) set of certified reproducible and four (4) certified copies of each drawing IAW DI- DRPR-80651 (see Form 1423) (7) Operating Manuals, Installation Instructions & Parts List: The contractor shall provide Operational Manuals and Installation Requirements IAW DI-MISC-XXXXX (see Form 1423) (8) The information shall include at a minimum: complete parts list, operating instructions, installation and maintenance instructions, lubrication specifications, recommended spare parts list and PLC programming documentation and software license (if applicable). (9) Materials List: The contractor shall provide a list of materials used in the manufacturing process in order to ensure that the non-metal materials are compatible with the propellants processed. The list should be IAW MIL-MISC-XXXXX (see Form 1423). MILESTONE SCHEDULE: (1) Phase 1, Design. (2) A copy of the Preliminary Drawing Package forwarded to US TACOM-ARDEC within 30 days after contract is awarded for review / approval. (3) TACOM-ARDEC will provide comments / approval to the contractor within 10 working days after receipt of the drawing package. (4) Any changes will be made to the drawing package within 10 working days, and the finalized drawing package forwarded to TACOM-ARDEC for final approval. (5) Phase 2, System Fabrication and Assembly. (6) Fabrication and Assembly of the shredder will be completed 20 weeks after receipt of approval to proceed with the proposed design from the government. (7) Phase 3, Acceptance Testing. (8) Acceptance testing to be completed within 10 working days after the completion of Phase 2. (9) Equipment Delivery. (10) The shredder system, including the Operating Manuals and Installation Requirements, will be shipped within 30 days of the completion of the acceptance test. If interested in submitting a proposal, please contact for Appendix A. EVALUATION CIRITERIA: Lowest Price/Technically Acceptable. In the technical evaluation, meeting sample inspection requirements will be significantly more important than meeting shredder system specifications. To ensure that the contractor/bidder can produce the required sliver size and clarity of cuts, it is required that each bidder submit a sample of shredded material (~6-ounces) that will pass the following criteria inspection. The inspection criteria are as follows: (1) The material must have sharp edges; frayed edged material and/or torn slivers will not be acceptable. (2) The material must have the nominal dimensions that have been specified above ; i.e. 1.0 mm wide x 6.0 mm long x 0.98 mm high. (3) The material is not to be compressed (densified) during shredding. (4) The material is to be shredded using the same technology that will be used in the shredding system to be purchased by the government. The inspection will be performed at TACOM-ARDEC, Picatinny Arsenal, NJ via microscopic examination of the slivers. Contract type will be firm fixed price. The contractor may determine payment milestones. E-mail address: Proposals along with samples are due by August 28, 2002, 1600 hours, and can be sent by facsimile, electronic mail or mailed to US Army TACOM/ARDEC, AMSTA-AQ-APH, Bldg. 9, Attn: Kathy Hansen, Picatinny Arsenal, NJ 07806-5000. khansen@pica.army.mil fax # 973-724-5484/phone # 973-724-6093
 
Web Link
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/RFP/02R0829/02R0829.htm)
 
Record
SN00133440-W 20020808/020806213643 (fbodaily.com)
 
Source
FedBizOpps.gov 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.