Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
SOLICITATION NOTICE

66 -- Nonwoven Neelepunch Fabric Production Line

Notice Date
7/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
333292 — Textile Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Mid South Area SRRC, 1100 Robert E. Lee Blvd, New Orleans, LA, 70124, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-7B31-S-07-0012
 
Response Due
8/7/2007
 
Description
Contracting Office Address Department of Agriculture, Agricultural Research Service, Mid South Area SRRC, 1100 Robert E. Lee Blvd, New Orleans, LA, 70124, UNITED STATES This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation number AG-7B31-07-S-0012 is being issued as an Invitation for Bid. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. Offerors are to provide a bid for the following: Description: The Southern Regional Research Center, Agricultural Research Service, U.S.D.A., is seeking bids for a state-of-the-art, 1meter fabric width, needlepunch nonwovens (NW) manufacturing laboratory line for its Cotton Nonwovens Textile Research Laboratory in the Cotton Chemistry & Utilization Research Unit located in New Orleans, LA. The research objectives, the required technical specifications of various, individual machinery components of the line, and certain special specifications and conditions of the proposed procurement are given below: Research Objectives: The research seeks to develop predominantly cotton and cotton-synthetic blend staple fiber-based nonwoven fabrics and develop products targeted towards commercial acceptance. Examples of the products include, among others, flexible, uniform, and dimensionally stable cotton nonwoven fabrics; durable, semi-durable, and disposable fabrics; shirting and bottom-weight fabrics for nonwoven apparel; household and industrial nonwoven textile products; and nonwoven products for hygienic, medical and cosmetic end-use applications among others. Staple fibers most often used in producing nonwoven fabrics will be cotton, lyocel, bicomponent fiber, rayon, polyester, polypropylene and their blends Technical Specifications of the Individual Machinery Required: 1) An automatically synchronized mechanical conveyor belt and crosslapper. This system can continuously and in an automatically synchronized manner receive a prepared 1 meter wide staple fiber card web onto a mechanical conveyor system. The conveyor system can be lowered when in use and raised when not in use in its working location via a "drawbridge" design. The crosslapper is fed the staple fiber card web at a 90 degree angle to the exit of the crosslapped web. The crosslapper is fully adjustable in its ability to set the width and weight of the exiting crosslapped web. The crosslapper should have the capability of producing at a maximum rate of 25 m/min a uniform batt/mat up to 300 gm/m2 final weight and deliver the batt to an adjacent needleloom. Appropriate controls to monitor and coordinate the crosslapper with the card and subsequent needleloom and wind-up aparatus are essential. Independent drives for the conveyor belts are desirable. 2) A state-of-the-art, 1m-wide, precision needleloom and automatically synchronized feeding conveyor system. A 2-bed tandem needleloom with independent up and down strokes giving flexibility of stroke characteristics on both sides of the substrate. The needleloom will be fed from the crosslapper via an automatically synchronized feeding conveyor system. The needleloom will produce needlepunched fabric at modern rates and in a flexible, smooth and quiet manner. 3) A 1m-wide, Combined Fabric Take-Up/Slitting/Winding Unit. A mobile wind-up unit with diameter at least 18 inches on wheels that is fully integrated and synchronized with the needleloom output. There will be 3 mobile batch stands. 4) General The overall system dimensions for the crosslapper (and the following needle loom, item #2) in front of the card is ~17' straight and approximately 25' toward right (facing away from the card), with a permanent 16"-square concrete pillar located approximately in the middle of the available 17' x 25' space. The conveyor link connecting the card to the crosslapper should be raisable in a drawbridge configuration when not in use. The overall shape of the unit is an "L" to the right when facing away from the card. The entire system must be fully integrated and synchronized with an existing tandem card. The unit must have BUILT-IN essential safety features and covers. 5) Warranty and Service. All systems and components shall be provided with a 2 year warranty and service agreement from the date of installation and final comissioning. The warranty shall cover all system parts against manufacturing defect or failure during normal service covering service labor and travel. 6) Delivery, Installation, Startup and Training. All components to be delivered to the installation site, the components to be assembled and installed in the existing work location, the local operating crew to be trained to operate the equipment and perform routine maintenance. All systems and components shall be provided with a one (1) year warranty from the date of installation. The warranty shall cover all system parts against manufacturing defect or failure during normal service. Warranty shall cover service labor and travel. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID FOR CONSIDERATION. Bid prices shall include all necessary labor, parts, materials, training, and transportation necessary to delivered FOB Destination to USDA, ARS, MSA, SRRC, New Orleans, La. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/. FAR 52.212-1 Instructions to Offerors - Commercial, Far 52.212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, FAR 52.212.4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items apply to this acquisition. Offers are to include a 30 calendar day acceptance period. All bids are due by 2:00 (CST), August 7, 2007, at the USDA, ARS, MSA, SRRC, Acquisition Office, 1100 Robert E. Lee Blvd., New Orleans, LA 70124 or via e-mail ilirette@srrc.ars.usda.gov. Point of Contact Ida Lirette, Contract Specialist, Phone 504-286-4320, Fax 504-286-4216, Email ilirette@srrc.ars.usda.gov
 
Place of Performance
Address: USDA, ARS, MSA, SRRC, Acquisition Office, 1100 Robert E. Lee Blvd., New Orleans, LA,
Zip Code: 70124
Country: UNITED STATES
 
Record
SN01347763-W 20070722/070720220321 (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 |
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.