Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,1996 PSA#1536

Contracting Officer, Crane Army Ammunition Activity, 300 Highway 361, SIOCN-CT, Crane, IN 47522-5099

36 -- SIZE REDUCTION SYSTEM SOL DAAA32-96-B-0003 DUE 031496. POC Cindy Dant (812) 854-2793, Ronald E. Wise, Contracting Officer. 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. Solicitation DAAA32-96-B-0003 is issued as an invitation to bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 90-34. This solicitation is unrestricted. All responsible sources may reply. SIC is 3559. Size standard is 500 employees. Quantity = 1 each Size Reduction System. The Size Reduction System shall consist of the following minimum salient characteristics: Item 1. Dual Rotor Crusher, a. Must meet or exceed the requirements to operate in Class I, Div. 1, Group D and Class II, Div 1, Groups E, F, G for Hazardous Environments, b. Must have a horsepower rating of at least 5, c. Must have a rate (pounds/hour) of at least 1000, d. Must operate in 0 1/2 C to 40 1/2 C environment, e. Must be no larger than 18'' x 18'' x 15'' (W x L x H) f. Must have an explosion proof motor (see a. above) that is rated at 60 cycle, 240 volts and three phase, h. Must include hardfacing on rotors, i. Must weigh no more than 500 pounds. Item 2. ``Mikro''-pulverizer/Hammer Mill, a. Must have a horsepower rating of at least 40, b. Must have a footprint no larger than 6.5' by 6.5', c. Must have a height of no more than 4', d. Must weigh no more than 3000 pounds, e. Must have structural steel base with stand legs, f. Must have a variable speed feed drive with a horsepower rating of at least .75, g. Must meet or exceed the requirements to operate in Class I, Div. 1, Group D and Class II, Div. 1, Groups E, F & G for Hazardous Environments, h. Must have at least three `herringbone' screens including sizes .010'', .035'' and .062'', i. Must include a feed hopper with safety magnet and three 15/16'' (+/-1/16'') augers, j. Must have tungsten carbide tipped hammers, k. Must have 304 stainless steel product contact construction, l. Must have explosion proof motors (see g. above) that are rated at 60 cycle, 240 volts and three phase, m. Must have air relief and outlet bags, n. Must include the following replacement parts: 1) main drive belts (qty = 8), 2) feed drive belt (qty = 2), and 5) liner 304SS with hardware. Warranty: 1. The contractor shall offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in its customary commercial practice; however, the warranty shall not be for less than a one year time period. A copy of the warranty shall be furnished with the size reduction system. a. If conflict occurs between terms of warranty and terms of contract, contract rules. The contractor shall furnish 2 complete sets of all data pertaining to the system, operation, maintenance and its major subcomponents including parts list. One copy required one week prior to shipment of machine. One copy shall be placed in a waterproof envelope marked ``technical data'' and securely attached to the system. Data shall be sent by certified mail return receipt requested or by other means which will identify proof of delivery and receipt. All technical data shall be written in the english language and identified by manufacture, model number and serial number. The item shall be delivered to: Crane Army Ammunition Activity, Bldg 148 (SIOCN-IOQ-M), Crane Indiana 47522-5011. Delivery shall be coordinated at least 24 hours prior to planned delivery by calling (812) 854-2339. The contractor shall schedule deliveries under this contract to ensure arrival at destination only on Monday through Thursday (excluding federal holidays) between the hours of 7:00 AM and 2:00 PM EST. All deliveries made through the United States Postal Service (U.S. Mail) shall be made to the following address: Commander, Attn: SIOCN-IOQ-M, Crane Army Ammunition Activity, 300 Highway 361, Crane Indiana 47522-5099. All shipments shall be FOB Destination. The provision at 52.212-1, Instructions to Offerors. Commercial applies to this acquisition. Provision 52-212-2, Evaluation. Commercial Items is used with the following included as part of para (a): The following factors shall be used to evaluate offers in descending order of importance: (1) price; (2) technical capability of the item offered to meet the Government's requirements; (3) past performance. Award will be based on the lowest priced, technically acceptable offer from a vendor with a satisfactory past performance record. In order for past performance to be evaluated the following should be provided with your offer: (a) A description of your government/commercial contracts received or performed during the past three years prior to closing of this solicitation. Government contracts are defined as those with the Federal government and agencies of state and local governments. Include: (1) Name of contracting activity/commercial firm; (2) Contract Number; (3) Contract type (fixed price or cost reimbursable); (4) Total contract value; (5) Description of work/NSN, part number, nomenclature; (6) Contracting officer/contract manager and telephone; (7) Administrative contracting officer, if different from (6), and telephone; (8) A brief summary of each contract cited, to include Standard Industrial Code and Federal Stock Number. (b) The offeror may include information on problems encountered on the contracts identified in (a). Technical capability will be evaluated by comparing the item offered with the characteristics of the item requested. Please provide the salient characteristics of the item offered. Size Reduction System must meet all of the minimum salient characteristics to be determined responsive. Descriptive literature may be attached. the provision at 52.212-3, Offeror Representations and Certifications. Commercial Items shall be completed and included in the offer. The provision at 52.212-4, Contract Terms and Conditions. Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or executive Orders. Commercial Items, applies to this acquisition and the following additional clauses are applicable to this acquisition: 52.203-6 Alt I, 52.203-10, 52.212-7000, 52.212-7001, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-7000. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will require to follow all of the requirements of this regulation. All offers are due not later than 2:00 PM EST on 14 March 1996. Required delivery of the Inspection system will be 120 days after award of contract. Inspection and Acceptance will be at destination. Offers shall be addressed to: Crane Army Ammunition Activity, ATTN: SIOCN-CT, 300 Highway 361, Crane IN 47522-5099. Bid number should be placed under the contractor's return address for routing purposes. Descriptive literature necessary to determine technical capability should be submitted with offer. Cindy Dant, Contract Specialist, may be contacted at (812) 854-2793. (051)

Loren Data Corp. http://www.ld.com (SYN# 0344 19960221\36-0001.SOL)


36 - Special Industry Machinery Index Page