Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1997 PSA#1891

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

36 -- SCRAP METAL RECLAIMER SOL N00244-97-Q-9943 DUE 081197 POC Bid Officer @619-532-2690/2692; fax 619-532-1088/1089; Contracting Officer Jessica Dunker 619-532-2588 WEB: Click here to obtain more information about FISC SD., http//www.sd.fisc.navy.mil. E-MAIL: Use this e-mail address to obtain more information., william_rodriguez@fmso.navy.mil. FISC San Diego is issuing a notice of intent to issue a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented in accordance 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. The solicitation number is N00244-97-Q-9943. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. This is a total small business set-aside, SIC code 3542 and business standard 500 employees applies. The item being requested is as follows: one (1) each scrap metal reclaimer meeting these salient characteristics -- Compression unit: chamber size 3.5" single vertical cylinder (min), controller Allen Bradley PLC or equal, 30000 psi pressure (max), 440v / 60 cycles / 3ph hydraulic power unit (max), 30 hp motor (min), 54 gpm high pressure pump size (max), 150 gallon tank size (max), 1 HP fan type heat transfer unit (min), 96" hydraulically driven with 180 degree swivel pellet conveyor, 1 cu yard hydraulic auger box (min), 4000 lbs of steel per 8 hours output & 2000 lbs of aluminum per 8 hours (approx). The activity also requires the following along with the equipment: installation planning, delivery, operation and maintenance manual preparation, installation, start-up, and operation & maintenance training. For the installation planning & delivery 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 (eg electrical power, water, sewer, etc), and safety and security items external to the equipment(eg. 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 the equipment. The contractor shall delivery the equipment only after obtaining a delivery date in writing from the government signifying that the installation site will be ready. The contractor shall prepare an operation and maintenance manual for the equipment in accordance with General Publications Requirements. The equipment shall be installed at the consignee's facility with in twenty (20) days after delivery of the equipment. The contractor shall provide all labor and resources required for the installation. The receiving activity is responsible for the preparation of the installation site in accordance with the site requirements list. The contractor shall validate the installation of the equipment by operating the equipment within twenty-five (25) days of the delivery. The contractor shall provide all labor and resources for the start-up operation. Operation of the equipment shall include modes and evolution 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 gauge indicate that the equipment is operating properly and within design parameters. 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 (30) days of delivery of the equipment. The contractor shall provide all labor and resources for the training. The training shall include operation and preventative maintenance evolutions on the equipment and shall be consistent with instructions in the contractor's operation and maintenance manual. The contractors instructor shall be expert in the operation and maintenance of the equipment and shall have a prepared training agenda. The instructor shall explain contractor warranty provisions related to the equipment. The contractors operation and maintenance manual shall be used as a training aid. The scrap metal reclaimer shall have the following options: sound enclosure for the hydraulic power unit, hydraulic fluid heater for cold areas, 150 gallaon capacity stainless steel separator / hi-temp pump / floating sump skimmer, additional on cubic yard hopper. FOB destination prices are required. Delivery will be to Virginia Beach VA. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1 paragraph (b)(5): Offerors shall provide an express warranty which at a minimum shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.213-3 Offeror Representations and Certifications-Commercial Items; DFARS clause 252.212-7000, Offeror Representations and Certifications-Commercial Items; clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5, New Material. The clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.203-6 Restrictions on Subcontractors Sales to the Government-Alt I; FAR 52.219-8 Utilization of Small, Small Disadvantaged and Women Owned Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled & Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers. DFARs clause 252-212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations system. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria for technical acceptability at the lowest price. To be determined technically accpetable, the offeror must furnish all requirements stated in the above purchase description. Sealed offers in original and one (1) copy must be received no later than 3:00PM local time, 11 August 1997. Offers sent via the US postal service should be mailed to the Fleet & Industrial Supply Center, Bid Officer, 937 N. Harbor Dr. San Diego CA 92132-0212. All offers not sent through the US mail will be considered to be hand carried and direct delivered. Numbered note #1 applies. (0197)

Loren Data Corp. http://www.ld.com (SYN# 0261 19970721\36-0001.SOL)


36 - Special Industry Machinery Index Page