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