|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1997 PSA#1792COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000
23RD AVE, PORT HUENEME, CA 93043-4301 39 -- VARIOUS BALERS SOL N47408-97-Q-1399 DUE 032197 POC Contract
Specialist, TRUDY DILIELLO, 805-982-5762 This procurement is being
solicited using Simplified Acquisition Procedures. This is a combined
synopsis/solicitation 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 solicitation; proposals are being requested and a written
solicitation will not be issued. Solicitation Number N47408-97- Q-1399
is issued as a request for quotation (RFQ). The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 90-45. This requirement is a 100% small
business set-aside and will result in a Firm Fixed Supply type
contract. Award will be made to a single quoter on each entire lot.
Offeror must quote on all items in a lot to be eligible for award of
that lot. LOT I: CLIN 0001-0003. LOT II: CLIN 0004-0006. LOT III: CLIN
0007-0009. Award will be made to the lowest responsible quoter. SIC
code 3535; Small business size standard is 500 employees. CLIN 0001:
Qty:1-CARDBOARD BALER, VERTICAL, in accordance with the salient
characteristics, options and general requirements specified herein.
Materials to be baled: Aluminum cans, steel cans, plastic bottles,
corrugated cardboard, and all types of paper. Cylinder diameter not
less than 10"; Motor not less than 20 horsepower; Platen force not less
than 196,000 pounds; Cycle time not longer than 40 seconds; Electrical:
230V-3 PHASE; Bale size: commercially acceptable size; Bale weight:
800-2000 LBS.; UL listed enclosures and controls; NEMA Type 12
electrical enclosures are required; Baler shall meet or exceed all ANSI
and OSHA standards for balers. OPTIONS FOR CLIN 0001: Baling wire. 25
bundles @ 250 wires per bundle or 50 bundles @ 125 wires per bundle
shall be delivered with the baler. MODEL DESCRIPTION FOR CLIN 0001. The
following model of baler is known to meet the requirements of this
procurement. Listing this model is for guidance only and is not
intended to exclude manufacturers of other models that meet the
requirements as well: MAX-PAK Model MP-60HD. CLIN 0002: Qty: 4-Standard
Commercial Operation and Maintenance Manual and Site Requirements List.
CLIN 0003: Standard Commercial Warranty-Not Separately Priced. LOT II:
CLIN 0004: Qty: 1-CARDBOARD BALER, VERTICAL, REAR FEED, in accordance
with the salient characteristics, options and general requirements
specified herein. Materials to be baled: Aluminum cans, steel cans,
plastic bottles, corrugated cardboard, and all types of paper. Cylinder
diameter not less than 10"; Motor not less than 20 horsepower; Platen
force not less than 196,000 pounds; Cycle time not longer than 40
seconds; Electrical: 230V-3 PHASE; Bale size: commercially acceptable
size; Bale weight: 800- 2000 LBS.; Baler shall be rear feed with a
gravity feed chute. UL listed enclosures and controls. NEMA Type 12
electrical enclosures are required. Baler shall meet or exceed all ANSI
and OSHA standards for balers. OPTIONS FOR CLIN 0004: Baling wire. 25
bundles @ 250 wires per bundle or 50 bundles @ 125 wires per bundle
shall be delivered with the baler. MODEL DESCRIPTION FOR CLIN 0004. The
following model of baler is known to meet the requirements of this
procurement. Listing this model is for guidance only and is not
intended to exclude manufacturers of other models that meet the
requirements as well: MAX-PAK Model MP-60HD (rear feed). CLIN 0005:
Qty: 4-Standard Commercial Operation and Maintenance Manual and Site
Requirements List. CLIN 0006: Standard Commercial Warranty-Not
Separately Priced. CLIN 0007: Qty: 1-CARDBOARD BALER, HORIZONTAL, in
accordance with the salient characteristics, options and general
requirements specified herein. Materials to be baled: Aluminum cans,
steel cans, plastic bottles, corrugated cardboard, and all types of
paper. Cylinder diameter not less than 8"; Motor not less than 25
horsepower; Platen force not less than 125,000 pounds; Cycle time not
longer than 20 seconds; Electrical: 230V-3 PHASE; Bale size:
commercially acceptable size; Bale weight: 1200-1500 LBS. Hopper: The
hopper shall be three sided with the opening facing the control unit
side of the baler. UL listed enclosures and controls. NEMA Type 12
electrical enclosures are required. Baler shall meet or exceed all ANSI
and OSHA standards for balers. OPTIONS FOR CLIN 0007: Baling wire. 25
bundles @ 250 wires per bundle or 50 bundles @ 125 wires per bundle
shall be delivered with the baler. Hydraulic oil. As required to
operate the unit. MODEL DESCRIPTION FOR CLIN 0007. The following model
of baler is known to meet the requirements of this procurement.
Listing this model is for guidance only and is not intended to exclude
manufacturers of other models that meet the requirements as well:
MAX-PAK Model HCE-4860. CLIN 0008: Qty: 4-Standard Commercial Operation
and Maintenance Manual and Site Requirements List. CLIN 0009: Standard
Commercial Warranty-Not Separately Priced. INSTALLATION PLANNING AND
DELIVERY: NOTE -- Contractor will send the receiving activity a copy of
the purchase order (with approximate delivery date) upon award of
contract. The contractor shall prepare a site requirements list for
installing the equipment at the receiving activity. The site
requirements list shall contain all the information needed to construct
an installation site for the equipment at the receiving activity. The
list shall include design data on any required weather protection
(i.e., shelter) for the equipment, foundation and associated mounting
pads, utility lines (e.g., electrical power, water, sewer, etc.), and
safety & security items external to the equipment (e.g., railings,
theft protection, protection against unauthorized access and use of
equipment). The site requirements list shall be submitted to the
government for approval within fourteen (14) days after award of
contract. Preparation of the site by the receiving activity must be
complete prior to delivery of equipment. NOTE -- Contractor shall
contact the receiving activity 7 days before delivering equipment in
order to verify shipping address (the building may have moved).
INSTALLATION: The contractor shall install the equipment at the
consignee's facility within twenty (20) days after delivery of the
equipment. The contractor shall provide all labor and resources
required for the installation except the activity will provide an
electrician to connect electrical power in accordance with local
regulations and laws. The receiving activity is responsible for
preparation of the installation site in accordance with the site
requirements list and for removing the equipment from the
truck/semi-trailer. START-UP: The contractor shall validate the
installation of the equipment by operating the equipment within
twenty-five (25) days of delivery. The contractor shall provide all
labor and resources for the start-up operation. Operation of the
equipment shall include modes and evolutions for which the equipment is
intended to perform. Operating time shall not be less than four (4)
hours. The contractor shall verify that performance, controls,
instrumentation and gauges indicate that the equipment is operating
properly and within design parameters. TRAINING: The contractor shall
provide eight (8) hours of training for personnel at the receiving
activity after installation and start- up of the equipment and within
thirty (30) days of delivery of the equipment. The contractor shall
provide all labor and resources for the training. The training shall
include operation and preventive maintenance evolutions on the
equipment and shall be consistent with instructions in the contractor's
Operation and Maintenance Manual. The contractor's instructor shall be
expert in the operation and maintenance of the equipment and shall
have a prepared training agenda. The instructor contractor's Operation
and Maintenance Manual shall be used as a training aid. The government
requires delivery to be made FOB destination 90 days after award.
DESTINATION: SHIP DIRECTLY TO: COMMANDING OFFICER; NAVAL TRAINING
CENTER; ENVIRONMENTAL DEPARTMENT; 2703 SHERIDAN ROAD; SUITE 120, BLDG
1A; GREATLAKES, IL 60099; POC: MARIA SUS OR LUIGI ABBATE. The
manufacturer of the MAX-PAK Balers is Waste Processing Equipment Inc.
Contractor must supply list of references with quote. Provision
52.212-1, Instructions to Offerors-Commercial Items applies to this
acquisition. Contractor must include with offer a completed copy of the
provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items Clause 52.212-4, Contract Terms and
Conditions-Commercial Items applies to this acquisition. FAR Clause
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items applies to this acquisition which
indicates FAR Clauses 52.222-3 Convict Labor, 52.233-3 Protest After
Award, 52.203-6 Restrictions on Subcontractor Sales to the Government
with Alternate 1, 52.222-26 Equal Opportunity, 52.222-35 Affirmative
Action for Disabled Veterans, 52.222-36 Affirmative Action for
Handicapped Workers, 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American
Act-Supplies. Defense Priority Rating of this acquisition is DO. The
quote is due to the NAVFAC Contracts Office; Code 272313; 1000 23rd
Avenue, Bldg. 41; Port Hueneme, CA 93043-4301 by 4:00pm on March 21,
1997. POC: Trudy DiLiello. Submit questions by FAX (805)982-3015.
(0057) Loren Data Corp. http://www.ld.com (SYN# 0222 19970228\39-0001.SOL)
39 - Materials Handling Equipment Index Page
|
|