Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1996 PSA#1750

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

37 -- TUB GRINDER SOL F42650-97-R-0035 DUE 012897 POC For copy, No solicitation will be issued., This is the solicitation,, For additional information contact Debbie Sparks/Pkoc/ [801]777-4299 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 number F42650-97-R-0035. 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; and the small business size standard is 500. This solicitation is set aside for small business. Clin 0001; Item 3750PHD12 ; Qty 0001; U/I EA; Tub grinder for waste wood grinding. The composting grinder shall use a tub grinder design that uses a rotating tub to intake raw materials. The rotation of the tub shall be variable and shall include automatic and manual override controls to adjust tub rotation speed to accommodate different grinding conditions. The grinder shall be designed to process the following materials at a minimum,grass clippings, tree limbs up to 6 inches in diameter, wood pallets, lumber, paper, cardboard, food waste, manure. It shall be towable with adequate clearance, directional lights, and brakes to meet federal and state transportation requirements. It will be equipped with a 5th wheel kingpin type hitch. Tub opening shall be 12 ft in diameter at the top of the flare. Tub base shall be 10 ft in diameter. Depth of the tub shall be 55 inches. The side wall of the tub shall be constructed of 1/4" steel plate. The tub and floor must be able to be tilted hydraulically to provide access for maintenance. The tub floor shall be constructed of -" T-1 steel plate. The tub rotation to be driven by 2 hydraulic orbit motors. Main drive tub chain shall be 2100 H roller chain for positive tub rotation. The rotation and speed of the tub shall be variable with an electronic sensing governor with a manual overrideswitch. The tub shall be supported by and run on 8 rollers 6.25" diameter. 4 guide rollers 8.5: in diameter shall be used to stabilize the tub. The hammermill RPM shall be 1:1 with engine RPM. It shall be 56" long. The hammermill cylinder shaft will be 5 -" diameter 4140 steel milled to 4" on the ends. The hammermill will be supported by 4" pillow block bearings on each end. There shall be 1 1/4" thick cylinder plates 16" in diameter, 2 -" on center. The hammermill will use 8 hammer rods 1 1/4" in diameter. Fixed hammer shakes with bolt on replaceable tips are to be supplied in a 40 hammer pattern. Replacement tips require 2 bolts each and 2 minutes to replace. The screens shall be located under the hammermill. There will be 2 screens required to operate. Each screen shall be 58" long 27" wide -" thick and are available with various hole sizes. One 3" and one 2" screen shall be standard. Total screen area shall be 3132 square inches. The engine shall be a Caterpillar model 3406 TA, 893 CI 460 HP or equivalent. It shall include tachometer, hour meter, oil pressure, water temperature, and amp gages. Engine ill have a safety shutdown system for low oil pressure or high water temperature. Fuel tank capacity shall be 280 gal. Heavy duty radiator shall have 25 gal coolant capacity. Drive line will contain a 14" rockford clutch. The drive line shall be a spicer series 1710 rated at 525 HP. Drive line shall include a PT tech torque limiter to protect engine and hammermill fro shock loads. Hydraulic pump for tub drive shall be engine mounted with a 73 gal reservoir for the tub rotation only. Both discharge conveyor belt and elevator conveyor belt are direct driven with hydraulic motors. The conveyor system shall have a 73 gal hydraulic oil reservoir for conveyors only. Grinder shall use a 30" wide, 11' long, cleated multiply discharge belt directly under the hammermill. It will carry material to a 26' elevating conveyor. The elevating conveyor will use an 18" wide cleated belt, and will fold, raise, and lower hydraulically. Elevating conveyor shall be tope end driven. Main frame is constructed of 2 preformed steel channels and 4" X 12" X 3/8" tubing welded into a single frame. The mainframe will contain 7 cross members. There shall be 2 2-speed jack stands with hand cranks for stabilizing. Weight of the unit to be approximately 30,000 lbs. There shall be 2 axels rated at 20,000 lbs each. Axels shall use dual wheels with 215 X 75R X 17.5, 16 ply tires. All federal and state lighting requirements shall be met. The discharge conveyor to be equipped with a magnetic roller assembly to remove ferrous metal from the shredded material. The magnetic roller shall be 6" outside diameter, and 18" wide. The mounting shaft of the magnetic roller shall be no less than 1 1/4" shaft supported by pillow block bearings. The magnetic roller will discharge scrap metal into an aluminum deflector chute. The chute will be constructed of aluminum and will be 84" long, 19 -" wide and 5" deep. Cab must raise hydraulically to operate position, and pivot with loader. Cab and loader are capable of rotating 540 degrees in a noncontinuous arc. The following functions will be remote controlled from the cab: hydraulic stabilizers, tub rotation (speed & reverse) and engine kill switch. Engine oil and water gauges will be in the cab. Maximum horizontal reach 22'. 2 stabilizers are of telescopic type. Each stabilizer is individually controlled for maximum stability on uneven terrain. Stabilizers are operated by controls in cab of loader. Spread of stabilizers 11'. Pad size 12" X 12". All cylinder barrels are heavy wall tubing. Pistons and glands are cast iron and feature replaceable wear rings. Cylinder rods are heavy chrome plated. Cylinder pins are 2" diameter heat treated material. Independent system from main grinder hydraulic system. Capacity 30 gal with baffles. Filters suction reusable 100 mesh. Return double length 10 micron filter mounted in reservoir with easy change throw away element. Bi-rotational gear type pumps have dual hydraulic circuitry and operate at 1200 RPM. The dual circuit allows for more than one function to be operated simultaneously. Tandem 2" gears provide 20 and 28 gal per minute flow. Joystick control levers feature integral main relief, port relief, and anti-cavitation valves for smooth operation. All hydraulic systems operate at 2000 PSI. Loader weight approximately 6000 lbs. To include setup, training, manuals, operating instructions, parts lists.Date of delivery NLT SEP 1997; Place of delivery 7274 WARDLEIGH RD, BLDG 5, HILL AFB UT 84056-5137; Acceptance Dest; FOB Dest Clause 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. Clause 52.212-2, Evaluation -- Commercial Items does not apply to this acquisition. Offerors must include completed copies of the clauses 52.212-3 and 252.212-7000, Offeror Representations and Certifications -- Commercial Items with your offer. 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: 52.203-10; 52.219-08;52.219-14; 52.222-26; 52.222-35;52.222-36; 52.222-37; 52.225-18. 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: The following additional contract requirement(s) or terms and conditions apply: 252.225-7012;252.233-7000. The Defense Priorities and Allocations System (DPAS) applies to this acquisition. The DO Rating is C9E. The date 97 JAN 28, time 2:00 PM MST, offers are due at the Directorate of Contracting/OO- ALC/PKOC Debbie Sparks, 6038 Aspen Ave Bldg 1289 NE Hill AFB UT 84056-5805. For information regarding this acquisition, please contact Debbie Sparks, PH: 801-777-4299, FAX: 801-777-4899. Please ensure solicitation number is on your mailing label. Automated statements in this synopsis regarding availability of written solicitations do not apply to this acquisition. The approximate issue/response date will be 30 Dec 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. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. (0359)

Loren Data Corp. http://www.ld.com (SYN# 0138 19961227\37-0001.SOL)


37 - Agriculture Machinery and Equipment Index Page