MODIFICATION
36 -- Box Making Machines, Pneumatic Staplers, Cardboard Shredders - Responses to Vendor Questions 1
- Notice Date
- 6/3/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333993
— Packaging Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- FA4452-10-Q-A058
- Archive Date
- 6/2/2011
- Point of Contact
- Brittany R. Rohrer, Phone: 6182569941
- E-Mail Address
-
brittany.rohrer@scott.af.mil
(brittany.rohrer@scott.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Delivery Schedule Responses to Vendor Questions through 3 June 2010. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Parts 12 and 13. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 333993; Small Business Size Standard of 500 employees. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-10-Q-A058, for (5) box making machines, (5) pneumatic staplers and (6) cardboard shredders. This requirement is being solicited Brand Name or Equal. The box makers must be equal to the brand name/model "The Heavy Duty Box Maker or HBM86" manufactured by T-Roc Equipment LLC. The following salient characteristics are required: One Pass operation that does not require the use of a slitter; Does not require blank to be cut to size before making the box; Calculates and shows blank size-all score allowances and top clearances are automatically used; Offers quick change cutting blades; Five (5) cut/score head option; Includes require in-feed and out-feed tables; Safety interlocks on all doors with emergency stops at all corners; Includes tools needed for operation and manuals; One (1) year or 500,000 box parts and labor warranty; Comes programmed with a minimum of twenty-five (25) box styles; Can store a minimum of 1000 box styles in the memory. The following technical specifications also must be met by the proposed equipment: Material (Single Wall / Double Wall); 32 ECT / 450Lb Test Material Width (Maximum / Minimum); 86 in / 6 in Material Length (Maximum / Minimum); 32 FT / 12 in Heat Set-up time (Type / Maximum time); Automatic / 20 Sec Run time (12X12X12 each / Per Hour); 13 sec / 275 Box Sixe (Smallest / Largest (multi Part)); 3 X 3 X 3 RCS / 80 x 80 x 80 Machine Size (Required Floor Space w/Tables; maximum 150 square feet Electrical (Volts AC / AMPS); 120V AC 1 Phase/maximum 20 AMPS Compressed Air; Between 1 and 5SCFM at 80-90 P.S.I Operator Screen must be a Touch screen The cardboard shredders must be equal to the brand name/model "HSM Profi Pack 425 Cardboard Recycler." The following salient characteristics are required: Easy to operate with a simple on/off/reverse switch; Cardboard is perforated by the special cutting shafts and simultaneously cut to width; On rollers for mobile use; Complies with all national and international safety regulations; Prepared for connection to dust-extraction systems; Practical built-in ruler for measuring the required packing-material width; Bearing plates prevent cardboard from twisting, bending or catching in the cutting device; Blade shafts are resistant to the occasional soft-metal staple; Fuses on all three phases protect the motor from overheating. The following technical specifications also must be met by the proposed equipment: Working width (inches); 16 3/4" In-feed height (inches); 0.76" Cutting capacity (layers); 2-3 Cutting speed (ft./min.); minimum 35ft/minute Motor (kW); 4.0 Voltage (V/Hz); 208 V / 60 Hz Dimensions (W x D x H); maximum 30 x 24 x 40 Approx. weight (lb.); maximum 400lbs The pneumatic staplers must be equal to the brand name/model "P50CR10B - Bostitch P50 with the curved clincher blade attachment." The following salient characteristics are required: Capable of driving 5/8" staples into corrugated and solid fiberboard for fastening of two thicknesses of double wall or four thicknesses of single wall board; Must use ribbon staples in three leg lengths from 3/8" to 5/8' (10 mm to 16 mm); Plier System must provide pre-compression of corrugation as the staple is driven, which insures a tight clinch without breaking the surface of the board; Plier must have an easy jam clearing mechanism to prevent significant down time. The following technical specifications also must be met by the proposed equipment: Length; minimum 14 ½" Width; minimum 2 5/8" Height ; minimum 9 7/8" Weight; maximum 6 lbs Throat opening; minimum 7/8" Throat depth; minimum 5 ½" Magazine capacity; minimum 100 staples Air pressure requirement; 80-90 PSI Required Shipping is FOB Destination to the following Government installations: Little Rock AFB, AR; McDill AFB, FL; McGuire AFB, NJ; Charleston AFB, SC; Dover AFB, DE and Fairchild AFB, WA. Total cost shall include all shipping and handling. The delivery schedule for this equipment is listed under delivery information posted to FedBizOpps. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and cluases are those in effect in the Federal Acquisition Circular 2005-41. The clause at FAR 52.211-6, Brand Name or Equal, applies to this acquisition. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest priced offeror who meets the Brand Name or Equal requirement. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification-Commerical Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, applies to this acquisition with the following clauses: FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment and 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101 Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Wide Area Workflow procedures shall be used for invoicing and acceptance of this requirement. All offers are due to this agency no later than 5:00 p.m, Central Standard Time (CST), 09 June 2010. Send all offers to the attention of Brittany Rohrer, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-5724, or e-mail to brittany.rohrer@scott.af.mil. To view the cluases in full text, visit https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-10-Q-A058/listing.html)
- Place of Performance
- Address: See Attached Delivery Schedule, United States
- Record
- SN02167271-W 20100605/100603235011-1b42158f7a530436fd38db02bf4fe829 (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 |