Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1996 PSA#1572

Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000

36 -- SOL F42650-96-R-A084 DUE 042996 POC For copy, No solicitation will be issued., This is the solicitation.,, For additional information contact Marian D. Evans / Pkocc / (801)777-4626 Item 0001 NSN 3695-PR-ESY-CLESYS . Item 0002 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 solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-36. The standard industrial classification code is 3559. Minimum purchase specs: System will consist of a baler, three conveyor belts and 8 self-dumping hoppers. The baler will be located in Bldg 805 with two conveyors sorting and feeding that will move paper, cans, plastic, etc, to the baler from inside the building. The other conveyor will be located through an outside wall and enable personnel to feed cardboard to the baler from outside the building. The 8 self-dumping hoppers will be stored outside and will make it possible to store recyclables until they would be processed through the baler. Hill AFB will provide electricity to power the recycling system. The equipment shall operate fro power with the following characteristics: Line power required-460 volt, 3-phase, 90 amp breaker (standard). Hill AFB will provide power to within 5 feet of the balers' installation site. The contractor shall implement an operation maintenance training program to familiarize Hill AFB personnel with the procedures to use and maintain the system. The system shall consist of the following: Compact footprint (15'x23'); penetration into bale chamber yield superior bales; bale aspect ratio allows production of dense, stackable bales of computer print outs, newspaper, etc, without shredding, fluffing or other preconditioning; unique progressive punch-and-shear system minimizes shock loads. Lower shear knife is in two 4-edged pieces, removable and reversible for long life. Upper shear knife is in two 2-edged pieces, removable, reversible and adjustable for long life and floor protection. Quiet, integral power unit saves space. 40 HP triple-stage power unit with flooded-suction design. Replaceable wear liners of plug-welded T-1 steel plate give years of life. Slatted floor prolongs life of sides, shear and floor. Simplified clean-flow hydraulic system reduces overall horsepower requirements. Oil-to-air cooling system protects hydraulic fluid, allows continuous-duty baling. Built with standard brand-name components; no hard-to-get factory parts. Standard programmable controller and optional phone modem connection for factory direct monitoring, diagnosis. Honeycombed construction at key points ensures structural integrity. Non-custom cylinders for economical maintenance, service. Platen penetration indicators to monitor baling progress. Electric eye system allows auto baling of resilient materials. Eject left of right. Operator station positioned for observation of feeding, shearing and bale ejection and tying. Conveyor Standard Equipment: Chain belt drive; wide belt; long in-floor belt feed length; 8 ft ''head height''; adjustable, lubricable tail pulley assembly; feed section belt runs approximately 10'' below grade; 2'' steel angle cleats 26'' O.C.; 30-degree incline; 10-degree nose-over with idler pulleys, 50'' long; high side walls on incline and nose-over; undersides of incline and nose-over are enclosed; hydraulic drive; variable speed, approximately 2-100 F.P.M.; shipped in one piece. Flat sorting conveyor: 160'' long x 36'' wide; slider bed design; Wrough-top PVC belt; HP gear drive; 1-1/2 HP gear drive; per minute speed; operator platform to provide 42'' belt working height. Incline Feed Conveyor: 163'' long x 36'' wide; 150# PVC belt w/1-1/2'' cleats; - HP gear drive; per minute speed; side walls. Self-Dumping Hoppers: Two cubic yards capacity; 5000 lbs load; weight: 605 lbs approx.; design shall allow hoppers to bestacked to save storage space; wheels 8'' diameter (iron or rubber, two fixed, two swivel). Technical Information: Operator manuals, parts lists, wiring diagrams and other instructions for operation and maintenance shall be included in the contract and will be in the English language. Number of copies will be two each per component unless otherwise specified. The repair parts list shall include illustrations or photographs to clearly locate the part within larger assemblies. Date of delivery 60 Days ARO. Place of delivery _ Hill Air Force Base, Building 805 Acceptance _x_ Dest. FOB _x_ Dest Clause 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. Clause 52.212-2, Evaluation - Commercial Items _x_ applies to this acquisition. Price, technical and past performance. Technical and Past performance, when combined are significantly less important than cost or price. Offerors must include completed copies of the clauses 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items with your offer. (Contact Marian D. Evans (801) 777-4626 for copy.) Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR commodity clauses cited in the clause are applicable to the acquisition: FAR 52.203-6; _X_ FAR 52.203-10; _X_ FAR 52.219-08; FAR 52.219-09; _X_ FAR 52.219-14; _X_ FAR 52.222-26; FAR 52.222-35; _X_ FAR 52.222-36; _X_ FAR 52.222-37; FAR 52.225-03; FAR 52.225-09; _X_ FAR 52.225-18; FAR 52.225-19; FAR 52.225-21; FAR 52.247-64; FIRMR 201-39.5202-3. The following Service clauses apply: FAR 52.222-41; FAR 52.222-42; FAR 52.222-43; FAR 52.222-44; FAR 52.222-47. Clause 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. The following additional DFAR clauses cited in the clause are applicable to the acquisition: DFAR 252.205-7000; DFAR 252.206-7000; DFAR 252.219-7001; DFAR 252.219-7002; DFAR 252.219-7003; DFAR 252.219-7005; DFAR 252.219-7006; DFAR 252.225-7001; DFAR 252.225-7007; _X_ DFAR 252.225-7012; DFAR 252.225-7014; DFAR 252.225-7015; DFAR 252.225-7017; DFAR 252.225-7027; DFAR 252.225-7028; DFAR 252.225-7029; _X_ DFAR 252.225-7036; DFAR 252.227-7015; DFAR 252.227-7037; _X_ DFAR 252.233-7000; DFAR 252.242-7002; DFAR 252.247-7024; DFAR 252.249-7001. The Defense Priorities and Allocations System (DPAS) applies to this acquisition. The DO Rating is C9E. Offers are due 96 APR 29, time 2:00 P.M. Directorate of Contracting / OO-ALC/PKO, 6038 Aspen Ave, Bldg 1289NE, Hill AFB, UT 84056-5805. Automated statements in this synopsis regarding availability of written solicitations do not apply to this acquisition. The approximate issue/response date will be 09 Apr 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 500 employees. See Note (s) 1. (0099)

Loren Data Corp. http://www.ld.com (SYN# 0212 19960411\36-0001.SOL)


36 - Special Industry Machinery Index Page