Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1996 PSA#1745

Coast Guard Engineering Logistics Center, 2401 Hawkins Point Road, Mail Stop #26, Baltimore, MD 21226-5000

34 -- INTERTEX VERTICAL BAR STOCK STORAGE CAROUSEL OR EQUAL SOL DTCG40-97-Q-30018 POC Florence Hohman, Contract Specialist, (410) 636-7269, David H. Monk, Contracting Officer, (410) 636-4373. This is a combined synopsis/request for quotation 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 quotation; quotations are being requested and a written request for quotation will not be issued. The quotation number is DTCG40-97-Q-30018. This synopsis/quotation constitutes an invitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. In accordance with FAR Subpart 19.5 this action is reserved exclusively for small business concerns. Therefore, FAR clause 52.219-6 is applicable to this acquisition. Applicable Standard Industrial Classification Code (SIC) is 3599, size 500 employees. This requirement is being solicited on a brand name or equal basis. The acquisition is: (Item No. 0001) 1 EA Vertical Carousel for Bar Stock, manufactured by Intertex Carousel Corp., Model #C-192-16LN or equal. Salient Characteristics of the carousel are: (1) Single loop vertical carousel with loading nose for crane unloading. Height -- 16' maximum, Width -- 19' maximum, Depth -- 7' maximum. Total machine capacity -- 32,000 lbs. minimum. (2) Number of carriers -- 16 carriers, 2,000 lbs. each minimum. Carrier Width -- 15' minimum, Depth 10" minimum, Height -- 10"minimum. (3) Electrical Specifications: (a) Power -- 480 volts, 3 phase, 60 cycle. (b) Motors -- Two each helical beveled geared drive units. (4) Controls -- UP/down push button controls with emergency stop shall be easily accessible and a size and color that is easily seen by the operator. (5) Chain -- load chain shall secure a 7 time brake safety factor (minimum) (7:1 static) (5:1 dynamic). (6) Side Sheeting -- up 96" from the floor (minimum). (7) Front Guarding -- mesh or bar guards down to 96" from the floor (maximum). (8) Rear Guarding -- as required to enclose unit. Note: Guarding in #6, 7, and 8 above must meet requirements found in OSHA 29 CFR Chapter XVII 1910.212 and 1910.219. (9) Electrical -- Emergency stop shall be key released to reset. (10) Motors: Unit shall have inboard or outboard drive motors. Note: Unit shall meet width constraints as mandated in #1 above for height and #2 above for width. Motors shall have an electronically controlled overload device. (11) Miscellaneous: Unit shall consist of structural "I" beam or rectangular tubular steel construction, including carriers. Each carrier and the entire machine shall meet the weight requirements in #2 above for number of carriers and total machine capacity. Delivery of Item 0001 shall be 130 calendar days after contract award. The OEM's best standard commercial warranty is requested and shall be identified in the bidder's quote. (Item 0002), 1 JOB -- provide an installation supervisor to erect the unit for three (3) days with the assistance of three (3) CG YARD employees. Installation shall begin within seven (7) working days after receipt of Item No. 0001. This jointeffort shall not, in any way, lessen the entitlements of the Government under the warranty provided in conjunction with this contract. Award will be made on an "all or none" basis. Items are to be delivered to USCG Engineering Logistics Center, Warehouse, Bldg. 86, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. FAR provision 52.212-2 does not apply in that award will be made to the bidder who submits the lowest price and addresses and adheres to all salient characteristics stated herein. Bidders are instructed to include a completed copy of FAR provision 52.212-3, "Offerors Representatives and Certification -- Commercial Items" with their quote. The following FAR provisions and clauses apply to this quotation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 1995). The following addenda is added to 52.212-1: (1) Paragraph (b) -- Bidders who choose to submit their quote on an SF 1449 may contact Florence Hohman for a copy of the SF 1449. (2) Paragraph (b)(4) -- In addition to the wording in the cited paragraph, if the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be clearly identified in the quote. The evaluation of offers and the determination as to equality of the product shall be the responsibility of the Government and will be based solely on information furnished by the bidder or identified in it's quote. The bidder is responsible for providing all information and/or descriptive material, (such as cuts, illustrations, drawings, or other information) necessary for the contracting officer to determine whether the product offered meets the salient characteristics requirement of the quotation. If the bidder must modify a product so as to make it conform to the requirements of the quotation, it shall include in it's quote a clear description of such proposed modifications, and clearly mark any descriptive material to show the proposed modifications. Transportation Acquisition Regulation (TAR) clause 1252.219-70, Brand Name or Equal (Nov 1994) is incorporated by reference into this acquisition and has the same force and effect as if incorporated in full text. 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 1996) applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1 (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d) (2) and (3)); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act -- Supplies (41 U.S.C. 10). Final acceptance shall be at destination. Closing date and time for receipt of offers is 30 December 1996 at 2:00 p.m. Eastern Standard Time. Submit offers in strict accordance with FAR provision 52.212-1. Copies of clause 52.212-3 will be provided upon bidder's request. Mail offer to Commanding Officer (Code 044/55), Coast Guard Engineering Logistics Center, Attn: Florence Hohman, Mail Stop #26, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. Facsimile Offers are not acceptable. Questions may be directed to Ms. Hohman at (410) 636-7269. To assist in developing a source list for this acquisition, interested bidders are encouraged to contact Ms. Hohman to be included on the source/bidder's list. This list will be utilized to inform interested bidders of changes in the requirement. Each offeror must contact Ms. Hohman to request a copy of an amendment(s), otherwise, a formal notice of changes will be issued in the Commerce Business Daily (CBD) via an amendment. For Minority Women-Owned and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-relocated contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP please call the OSDBU at (800) 532-1169. (0352)

Loren Data Corp. http://www.ld.com (SYN# 0149 19961219\34-0003.SOL)


34 - Metalworking Machinery Index Page