SOLICITATION NOTICE
36 -- Industrial Shredders
- Notice Date
- 5/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333298
— All Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-09-T-1064
- Response Due
- 6/4/2009
- Archive Date
- 8/3/2009
- Point of Contact
- Steve Tirone, 928-328-6287<br />
- E-Mail Address
-
ACA, Yuma Proving Ground - DABK41
(steve.tirone@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: W9124R-09-T-1064 Response: COB June 04, 2009 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 and a written solicitation will not be issued. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The United States Army Yuma Proving Ground (USAYPG) has a requirement for one Four Shaft Fine Shredder, and one Large Shredder. Both shredders must comply with the following minimum specifications: Four Shaft Fine Shredder with 1 cutters: 1.Ability to withstand the outdoor desert environment operating in temperatures from 30 to 125 F 2.Replacement parts must have a maximum delivery time of six weeks 3.Two operation/maintenance manuals 4.Power requirements: 120V, 240V or 440V 5.Have a 36 X 40 cutting chamber 6.Be a four shaft shredder 7.Minimum of two dual direct drive motors 8.High strength alloy shaft 9.Cutters must be 1 unidirectional pierce point on the upper shaft 10.Have a removable 5/8 hex hole size screen 11.Programmable Controller 12.Removable maintenance plates for maintenance access 13.Advanced cutter locking system to prevent jamming of blades 14.Emergency stop button in compliance with OSHA guidelines 15.Height no more than 60 16.Bidirectional cutting on lower shaft 17.NEMA 4 Enclosure 18.Auto shutdown on frequent reversals of cutting blades due to jammed material 19.The shredder will be used to demilitarize and destroy spent M42, M46, M75 and area denial mines. Shredded material must be fine enough to be certified as inert, no explosive compound. The majority of the residue must be no larger than 5/8 length or width. Large Shredder 1.Ability to withstand the outdoor desert environment operating in temperatures from 30 to 125 F 2.Replacement parts must have a maximum delivery time of six weeks 3.Two operation/maintenance manuals 4.Power Requirement: 460V 3 phase 5.Use both 1.5 and 2 cutters 6.Have 45 X 60 cutting chamber 7.Have a baffle splitting the cutting chamber 1/3 for the 1.5 cutters and 2/3 for the 2 cutters 8.Two shaft shredder with a 200HP single hydraulic motor 9.High strength alloy shaft 10.Programmable controller with shaft directional controller 11.3,000 psi working pressure 12.Cooling system 13.Removable maintenance plates for maintenance access 14.Advanced cutter locking system to prevent jamming of blades 15.All spare parts to complete all service for one year to include all tools 16.Emergency stop button in compliance with OSHA guidelines 17.Height no more than 60 18.Additional spare cutter and space set 19.NEMA 4 Enclosure 20.Auto shutdown on frequent reversals of cutting blades due to jammed material 21.Cutter force must be a minimum of 113,000 lbs. and 135,100 lbs. respectively 22.Have an overall footprint of 206 length and 101 in width 23.Hopper in-feed must be no greater than 71 24.Cutter diameter minimum 24 25.The shredder will be used to demilitarize and destroy spent 60mm mortars, 80mm mortars, rocket motors and MK66 mines. Shredded material must be fine enough to be certified as inert and demilitarized. The majority of the residue must be in an unrecognizable form. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 (14 May 2009) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20090115 edition. Government IMPAC (Visa) Payment Card is the preferred method of payment. The awarded contract will be a firm fixed price contract. Offerors shall account for any costs associated with accepting credit card payment in the submitted quotation. This commercial item acquisition is being solicited as 100% small business set-aside. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 333298 with a size standard of 500 employees. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005) apply to this acquisition. All prospective offerors must be in possession of, or obtain a Data Universal Numbering System (DUNS) number, a Commercial and Government Entity (CAGE) Code, be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov/Default.aspx, and the Online Representations and Certifications Application database at https://orca.bpn.gov. Call 1-888-227-2423 for more information or visit the CCR website listed above. In order to manually complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the ORCA Website. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. Quotes shall be clearly marked W9124R-09-T-1064, Shredders and emailed to the POC listed below or via facsimile (928) 328-6849 no later than close of business June 04, 2009. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), the Government intends to award a contract to the responsible bidder whose quote conforming to the solicitation will be the most advantageous to the Government based on technical acceptability and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.202-1 Definitions (July 2004), FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government (Oct 1995), FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), FAR 52. 212-4 Contract Terms and Conditions Commercial Items (Mar 2009), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Apr 2009). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), FAR 52.219-8 Utilization of Small Business Concerns (May 2004), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008), FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004), FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004), FAR 52.222-54 Employment Eligibility Verification (Jan 2009), FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007), FAR 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007), FAR 52.225-5 Trade Agreements (Mar2009), FAR 52.229-3 Federal, State, and Local Taxes (Apr 2003), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.233-3 Protest after Award (Aug. 1996), FAR 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003), FAR 52.232-36 Payment by Third Party (May 1999), FAR 52.203 Gratuities (Apr 1984), DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009). DFAR 252.335-7012 Preference for Certain Domestic Commodities (Dec 2008), DFAR 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005), DFAR 252.7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 2005),DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFAR 252.243-7002 Requests for Equitable Adjustment (Mar 1998), DFAR 252.246-7000 Material Inspection and Receiving Report (Mar 2008), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 7 days instead of 45 days.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1064/listing.html)
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: MICC Center, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
- Zip Code: 85365-9498<br />
- Zip Code: 85365-9498<br />
- Record
- SN01828783-W 20090529/090528000048-3e042f0f38647a30b1fa9f058c0dc76c (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 |