Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOLICITATION NOTICE

36 -- Skin Packaging Machine

Notice Date
3/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014611TD158
 
Response Due
4/4/2011
 
Archive Date
5/4/2011
 
Point of Contact
Joanna (Jo) Knowles 252-466-3025
 
Small Business Set-Aside
N/A
 
Description
RFQ “ M00146-11-T-D158 SKIN PACKAGING MACHINE A. INTENT. In accordance with FAR Part 13, the Contracting Department, MCIEAST Cherry Point Satellite Contracting Office, Cherry Point, NC, is issuing this Request for Quote (RFQ), M00146-11-T-D158, for the acquisition of a Skin Packaging Machine for the Fleet Readiness Center East aboard Marine Corps Air Station (MCAS) Cherry Point, NC. B. BASIS FOR AWARD. The basis for award is BEST VALUE. BEST VALUE NON-PRICE CRITERIA: The ability to meet all technical specifications as listed in this RFQ Warranty Delivery Price NOTE: The Government will conduct trade-off between non-price factors and price to determine best value. C. PROCUREMENT APPROACH. It is the Government ™s intent to issue one purchase order, in accordance with FAR Part 13 procedures. D. ADDITIONAL INFORMATION: 1)All quotes submitted will be the Contractor's Best Quote as it is the Government's intent to award without further discussion. 2)It is the Government ™s intent to issue a single purchase order to satisfy this requirement. 3)All pricing will be F.O.B Destination. E.PURCHASE DESCRIPTION/TECHNICAL ASPECTS AND REQUIREMENTS E.1SCOPE. The skin packaging machine in Bldg. 4225 has become in-operational. It has been determined that replacement is more economical than repairing it. This purchase description details the minimum requirements for a skin packaging machine to serve as a replacement for the existing skin packaging machine located in Bldg 4225, Fleet Readiness Center East (FRC East), MCAS Cherry Point, NC 28533. This will be a turnkey purchase including the removal and demolition of the existing equipment as well as the installation of a new skin packaging machine. E.2 APPLICABLE DOCUMENTS. OPNAVINST 5100.23 - Navy Occupational Safety and Health Program Manual. 29 CFR 1910 “ OSHA Standards for General Industry NAS 3445 “ Skin Packaging E.3REQUIREMENTS: This purchase description requires the removal and demolition of the existing skin packaging equipment in Bldg. 4225, acquisition and installation of the new machine. The contractor will install the new equipment in the place of the old equipment. The contractor will connect the equipment to the existing FRC East utilities. The contractor will provide means of locking out all energy sources (for example, compressed air, electric). The electric source will be connected via lockable, fused disconnect. NOTE: Dimensions are provided below so that all interested parties are well informed of the type and size of Skin Packaging Machine required. The Government will accept SLIGHT variations of a tolerance of plus or minus 1/16 on the measurements given. The dimensions provided are necessary in order to utilize identical cards and film currently used in the existing machine to pack aerospace parts. HOWEVER, the Government reserves the right to determine what œslight  means, when used for quote evaluation. Products quoted that have more than a slight variation in measurements may not meet the Government ™s needs. E.3.1 This is a brand name or equal requirement. Quotes will include a Starview SP-2436 Impulse Heating Packaging Machine or equal. E.3.2 The contractor will provide a new skin packaging machine capable of skin packaging in accordance with NAS 3445 “ Skin Packaging. E.3.3 The existing card used by the government is cardboard, corrugated, measuring 24  x 36  ( ± 1/16 ). E.3.4 The existing film used by the government is: Brand or equalFlexo-O-Film FormulaPW500 Thickness0.0175  Width26  Length250 ™ Weight45 lbs E.3.5 At a minimum, the contractor provided equipment will have: An automatic cycle. A stationary oven. An automatic film clamping frame. Mechanism for holding the roll of film. Pneumatic film frame drive. Independently adjustable up and down speeds. A variable speed turbine vacuum system capable of at least 95 Ft3/min. Adjustable Pre-heat, heat, and cool down time functions. Job recipe storage. Heater oven control, 0-100%, variable, over the heating cycle. An Emergency Stop. Automatic hot wire film cut-off system. Infrared film temperature sensor that detects surface temperature of film for system control. Light Curtain or similar technology to return the machine to a safe state when unsafe entry is detected. The system will protect entry from all accessible sides. E.3.6 Utility Requirements. The contractor provided system requirements will not exceed: 3.6.1 Electrical. 208 VAC, 3 Ο†, 60 HZ, 90 AMPs 3.6.2 Pneumatic. 0.5 CFM at 100 PSI. 3.6.3 The contractor is responsible for providing any utilities not currently present at the installation site. E.3.7 Technical Requirements. E.3.7.1 Technical Experience. How well the contractor demonstrates extensive knowledge of skin packaging and can produce a design that meets/exceeds the statement of work, providing best value to the Government through the design of the proposed equipment. E.3.7.2 Safety. The Government desires the state of the art as the machine relates to safety. The contractor will demonstrate and the Government will consider the contractor ™s design factors as they relate to safety. E.3.8 Noise Restriction. Ensure the system complies with the 84DBA noise limit. All installed components of the system will comply with all requirements stated in Chapter 18 of OPNAVINST 5100.23 - Navy Occupational Safety and Health Program Manual. E.3.8.1 Manuals. Provide standard commercial manuals and drawings. E.3.8.2 Warranty. A one year, standard commercial warranty, is the Government ™s minimum need. The Government shall assess any additional warranties during the evaluation of quotes. E.3.8.3 Software Backups. Provide an electronic backup of all software provided with the system. Provide step by step instructions detailing how to restore the system. E.4REMOVAL, DELIVERY AND INSTALLATION. All removal and installation work associated with this contract will be completed in 10 consecutive work days or less starting the first day the Contractor arrives at the depot. Daily work hours will be between 7:00 AM and 11:00 PM, Monday through Friday. The contractor will clean up the work area each day in order to provide sale access to and egress from the work site in Bldg. 4225. Delivery of the new equipment will be to the Bldg. 159 Receiving Deck, Bay Door R4 between the hours of 7:00 AM and 3:00 PM, Monday through Friday. E.4.1Ship Equipment to: Receiving Officer Attn: Melanie Toler (252-464-8487) Cunningham St. Bldg. 159, Bay Door R4 MCAS Cherry Point, NC 28533 0021 The Fleet Readiness Center East Receiving Deck is open during the following hours: Monday through Fridays “ 6:30 AM EST to 11:30 AM EST 12:00 PM EST to 3:30 PM EST The Receiving Deck is closed during the following times: Monday through Fridays “ 11:30 AM EST to 12:00 PM EST Holidays and Weekends. Please coordinate delivery in advance with Ms. Melanie Toler at 252-464-8487 or melanie.toler@navy.mil. E.5ACCEPTANCE TESTS. The contractor will provide onsite operational and acceptance tests. The tests will be witnessed and approved by the Fleet Readiness Center “ East Electronics Engineer (Code 6.3.1.1) and shop 93201 supervisor. 5.1 Startup. The contractor will provide onsite startup. Startup will occur within one week of equipment installation. 5.2 Training. The contractor will provide a minimum of one day training for operators and maintenance personnel. E.6RESPONSE TO STATEMENT OF WORK. The contractor ™s quote will include a response to each paragraph and subparagraph in this statement of work with one of the following terms: œcomply  or exception . 6.1 Comply will be used when quoting exactly what is specified. 6.2 Exception will be used when the Contractors quoted work differs from a specific paragraph or subparagraph. The Contractor will provide written detail of all exceptions. F.APPLICABLE CLAUSES All Federal Acquisition Regulations (FAR) clauses can be viewed by their entirety at http://www.acq.osd.mil/dpap/dars/far.html and the Defense FAR Supplement (DFARS) can be reviewed at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The following clauses and provisions are applicable to the requirement: FAR 52.211-6 Brand Name or Equal. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2011). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011), to include the following clauses listed at paragraph 52.212-5 (b): (4), (10), (21), (22), (23), (24), (25), (26), (28), (33), (37), and (42). FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) DFARS 252.211-7003 Item Identification and Valuation (Aug 2008) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2010), applies with the following clauses applicable for paragraph (a): (1), (5), (19), and (25)(iv). Quoters are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Quoters must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. G. QUOTER INSTRUCTIONS: A site visit is scheduled for Tuesday, March 29, at 10:00 AM Eastern Standard Time (EST). All vendors interested in attending this site visit will contact Joanna Knowles via email joanna.knowles@usmc.mil no later than 12:00 PM EST on Monday, March 28, 2011. It is highly recommended that any vendor interested in submitting a quote, attend the site visit to fully comprehend the Government ™s requirements. B. BASIS FOR AWARD. The basis for award is BEST VALUE. When combined, the evaluation criteria of meeting technical specifications, warranty, and delivery are more important than price. BEST VALUE NON-PRICE CRITERIA: The ability to meet all technical specifications as listed in this RFQ Warranty Delivery Price Quotes will include: a.Technical documentation of item quoted to include whether the item quoted complies or does not comply with specifications. b.Quoters are required to submit pictures, schematics, and diagrams to assist in the evaluation of quotes. c.Warranty information to include duration of warranty and how to submit claims d.Estimated Delivery date. 2. Delivery: Receiving Officer Attn: Melanie Toler Cunningham St. Bldg. 159, Bay Door R4 MCAS Cherry Point, NC 28533 0021 3. Submission: Quotes will be submitted to the Contracting Department by April 04, 2011 at 4:00 p.m. EST, to be considered for award. Ensuring the Contractor's quotes are received by this office, within the stated timeframe, is the Contractor's responsibility. Please submit quotes via email, or by courier to MCIEAST Cherry Point Contracting Office, Attn: Joanna Knowles, Cunningham Street, Bldg 159, MCAS Cherry Point, NC 28533 or via email joanna.knowles@usmc.mil. Point of contact can be reached by email or phone (252)466-3025.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611TD158/listing.html)
 
Record
SN02405421-W 20110323/110321234328-90c397a7c83013c26fc53b014f3837aa (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.