SOLICITATION NOTICE
36 -- EPOXY DISPENSING MACHINE
- Notice Date
- 3/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334514
— Totalizing Fluid Meter and Counting Device Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SB3100-7037-3111
- Response Due
- 3/19/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Distribution Depot, Hill AFB, Stock Maintenance Division, 6149 Wardleigh Road, Bldg 1160, Hill AFB, Ogden, UT 84056-5848 has a requirement for the following epoxy dispensing machine and options. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, Streamlined Solicitation for Commercial Items, Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). Reference Number is SB3100-7037-3111. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-15 and Class Deviation 2000-e0001, Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20070212, and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and PROCLTR 2007-03. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 334514 and the associated size standard is 500 employees. SPECIFICATIONS: Application Requirements: Dispense Volume 2,000 fl oz Dispense Frequency 2.00 ea/minute Flow Rate 4,000 Material Specifications: High Volume Low Volume Type Epoxy Epoxy Product Number FE 6026A FE 6026B Average Viscosity (cps) 55000 60000 Average Specific Gravity 1.24 1.39 Average Weight/Gallon 10.33 11.58 Volume Ratio 1.00 1.00 Weight Ratio 0.89 1.00 Gel Time 45 min Mixed Specific Gravity 1.32 Equipment Specifications: Pump Sizes High Volume: 20,000 mm Low Volume: 20,000 mm Minimum Shot Size 7,182 cc 9,444 grams Maximum Shot Size 47,878 cc 62,959 grams At Required Volumetric Ratio 1.00: 1.00 Service Requirements Compressed Air: 5 to 15 cfm @ 80 psi Electric: Non Required Equipment: Posiratio PR 4 20/20 or equal 1 Each ? Posiratio Fixed Ratio 4? diameter drive cylinder with fixed Twinmixer, pneumatic Manually positioned shot size selector with reference scale, two standard 50 series mild steel electroless nickel plated metering pumps (10mm through 55mm in 5mm increments) 1 Each ? Tank Support, PR4, or equal supports two, 2 or 5 gallon tanks. Support is 25? tall X 28? wide 2 Each ? 5 gallon (18.93L) mild steel pressure/vacuum tank with 2? bottom outlet, 2? ball valve shutoff, two 2? metal barb nipples, 2? diameter chemical hose, two hose clamps and lid with three l/4?NPT full couplings for plug, petcock and over pressure relief valve. Tank exterior is painted Slate Gray. 2 Each ? Tank air pressure assembly consisting of a pressure gauge and air pressure regulator. This assembly is threaded into one of three ports in the lid of a vacuum/pressure tank via a ?? pipe nipple. 2 Each ? Follower plate, 9? diameter for 2 or 5 gallon tanks, polyethylene with handle. Plate rests on top of the material and moves down the tank as material is used forcing the material into the middle of the tank preventing cavitations. Used with 2 or 5 gallon pressure tanks. 2 Each - Ratio check assembly, ?? mild steel. Assembly includes a tee fitting, adapter fittings and two 2-way ball valves, one for the dispense or mix head line and one for the auxiliary port. 1 Each ? Dual mode dispense valve logic for auto/manual operation. In the auto mode, the dispense valve automatically opens and closes at the proper time to produce a repeatable, preset shot size. In the manual mode, the machine is stalled against the dispense valve allowing the operator to open and close as needed. Tank exterior is painted Slate Gray. The sheet metal components of this machine will be painted in standard colors of Granite Gray, Slate Gray, and Onyx, unless a custom paint is specified as a line item upgrade. Equipment Options: 1 Each ? Steel deck cart assembly with two fixed and two swivel casters, caster brakes and removable push/pull handle. Deck size 24? X 48? used with Posiratio machines 1 Each ? Custom ? delete machine mount bracket and supply hand held Twinmixer with 20? outlet hoses 1 Each ? RSK-PRCT-L ? Spare Kits for Posiratio and Compact Twinflow machines with standard 50 series pumps are suitable when neither material component is abrasive. The kit is not applicable to models with Kalrez packings or those with ceramic components. The kit includes: O-Rings for pump tube changeout ? high and low volume side O-Rings for Outlet Check Valve ? high and low volume side Piston ? high and low volume side Pump seal kit ? high and low volume side Piston front washer ? high and low volume side as required Piston back washer ? high and low volume side as required Outlet ratio check nozzle ? high and low volume side Twinmixer seal kit Dispense valve ratio check nozzle Dispense valve shipping plug Retaining nut 1 Each ? PosiMixer Pack 1 Each Pneumatic cycle totalizer. Counter keeps track of the total number of machine pump cycles, which can be reset. 3 Year Limited Warranty Line Item 0001 ? Epoxy Dispensing Machine ? 1 EA = $_______________ each (Price quoted should be quoted FOB destination). Options are stated below and to be priced separately: 1 Each @ ________________ each ? Steel deck cart assembly with two fixed and two swivel casters, caster brakes and removable push/pull handle. Deck size 24? X 48? used with Posiratio machines 1 Each @________________ each ? Custom ? delete machine mount bracket and supply hand held Twinmixer with 20? outlet hoses 1 Each @ _______________ each ? RSK-PRCT-L ? Spare Kits for Posiratio and Compact Twinflow machines with standard 50 series pumps are suitable when neither material component is abrasive. The kit is not applicable to models with Kalrez packings or those with ceramic components. The kit includes: O-Rings for pump tube changeout ? high and low volume side O-Rings for Outlet Check Valve ? high and low volume side Piston ? high and low volume side Pump seal kit ? high and low volume side Piston front washer ? high and low volume side as required Piston back washer ? high and low volume side as required Outlet ratio check nozzle ? high and low volume side Twinmixer seal kit Dispense valve ratio check nozzle Dispense valve shipping plug Retaining nut 1 Each @__________________ each ? PosiMixer Pack 1 Each @ _________________ each - Pneumatic cycle totalizer. Counter keeps track of the total number of machine pump cycles, which can be reset. Delivery Date ___________________________ Material Safety Data Sheet 802478PM dated 12/14/06 applies. The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 - Instructions to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. FAR provision 52.212-2 - Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of this Request for Quotation ( RFQ). Award will be based on the quotation that provides the total lowest delivered price, for the epoxy dispensing machine and options that meet the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of descriptive literature that clearly indicates the epoxy dispensing machine and options proposed meets all the Government?s minimum requirements indicated by the salient characteristics listed above and submission of past performance information that provides evidence that the Contractor has timely delivered product to the customer. ?Descriptive literature? means information (i.e. cuts, illustrations, drawings, and brochures) that is submitted as part of a quotation. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product quoted that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operation. The term includes only information required to determine the technical acceptability of the quoted product. The failure of the descriptive literature to show that the product quoted conforms to the requirements of this solicitation may result in the rejection of the quotation. Past performance information. The Contractor shall provide, preferably three (3), customer references for whom the Contractor has provided the same or similar type product. The past performance information should include the following for each reference: 1. Description of item provided 2. Contract number 3. Date of contract award 4. Contract established delivery date 5. Actual product delivery date 6. Dollar amount of contract 7. Issuer of contract ? Government agency or Commercial entity 8. Name and telephone for the point of contact for each contract References may be contacted as part of the evaluation process. Price If a quotation has been determined acceptable under each of the non-price factors listed above, the Government will then evaluate the quotation for the lowest price. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer?s opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price. Although the Government intends to award a firm-fixed price contract as a result of this solicitation, the Government reserves the right to reject any and all quotations. Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items (Alternate I) and DFARS 252.212.7000 ? Offeror Representations and Certifications ? Commercial Items with its price quotation, proposed epoxy dispensing machine and options descriptive literature and past performance information. FAR clause 52.212-4 - Contract Terms and Conditions ? Commercial Items applies to this acquisition. Addendum to FAR 52.212-4: FAR 52.211.6 - Brand Name or Equal FAR 52.247-34 ? F.O.B. Destination FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.219-6 ? Notice of Total Small Business Aside 52.219-8 - Utilization of Small Business Concerns, 2.222-3 - Convict Labor, 52.222-19 ? Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 ? Prohibition of Segregated Facilities, 52.222.26 ? Equal Opportunity, 52.222-35 ? Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 ? Affirmative Action for Workers with Disabilities, 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.232-36 - Payment by Third Party, 52.239-1 ? Privacy or Security Safeguards DFARS 252.212-7000 - Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions are applicable to this acquisition: FAR 52.203-3 ? Gratuities, DFARS 252.225-7021 ? Trade Agreements, DFARS 252.247-7023 -Transportation of Supplies by Sea, DFARS 252.225-7036 ? Buy American Act ? Free Trade Agreements Balance of Payments Program ALT 1 The following DLAD provisions are hereby added in full text: DLAD 52.233-9000 Agency Protests. Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained calling 1-888-227-2423 or via the internet at www.bpn.gov. All responsible small business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104. Request for Quotation (RFQ) due date and time is March 19, 2007 ? 2:00PM local time. Price quotation, descriptive literature for the dispensing machine and options, past performance information and the certifications at FAR 52.212-3 Alternate I must be submitted via one of the following methods: (1) facsimile to 717-770-7591 (Attn: Karen Kaufman) or (2) mail to Defense Distribution Center Acquisition Operations (DDC-AB) Attn: Karen Kaufman, Mission Drive, Building 404, New Cumberland, PA 17070 or FedEx to same address as (2) above except use J Avenue in lieu of Mission Drive. Failure to submit all the above requested information may result in the quotation being eliminated from consideration for award. The name and telephone number of the individual to contact for information regarding this solicitation is: Karen Kaufman, Contract Specialist, Phone 717-770-5516 or E-mail Karen.Kaufman@dla.mil.
- Place of Performance
- Address: Ogden, UT
- Zip Code: 84056-5848
- Country: UNITED STATES
- Zip Code: 84056-5848
- Record
- SN01243556-W 20070307/070305220053 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |