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