|
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 -- HYDRAULICALLY OPERATED OIL FILTER CRUSHER SOL N00244-97-Q-9942
DUE 081197 POC Bid Officer @619-532-2690/2692; fax 619-532-1088/1089;
POC Irene Tatad @ 619-532-2571 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 written solicitation will not be issued. The solicitation
number is N00244-97-Q-9942. 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
5084 and business standard 100 employees applies. The item being
requested is as follows: one (1) each hydraulically operated oil filter
crusher meeting these salient characteristics and to include the
following features: Automated Operation, Hopper Vibrator, Computer
Controlled, Multi-Axis Compaction, Waste Containment Shroud, Secondary
Containment for Waste, Hydraulic Oil Cooler, Capacity (Uncrushed
Filters)—2 drums/hr (55 Gallon), Output Product & Average Size --
Brick (3.5" X 3.5" X 6"). Power Requirements -- 460V -- 3 Phase, 60 Hz,
Motor -- Minimum 10 HP, Approx. Dimensions -- 90" X 59" X 57.5",
Approx. Weight -- 3,500 lbs. The activity also requires the following
along with the equipment: installation planning, delivery, operation
and maintenance manual, installation, start-up, and operation &
maintenance training. For the installation planning and 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 (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 completed prior to delivery of
equipment. The contractor shall deliver the equipment only after
obtaining a delivery date in writing from the government signifying
that the installation sight will be ready. Four (4) copies of the
contractor's standard commercial operation and maintenance manual are
required with the equipment. 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. The receiving activity is responsible
for preparation of the installation site in accordance the site
requirements list. 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. 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 shall explain contractor warranty provisions related to
the equipment. The contractor's Operation and Maintenance Manual shall
be used as a training aid. FOB destination prices are required.
Delivery will be to San Diego, CA.. 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 acceptable, 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. (0198) Loren Data Corp. http://www.ld.com (SYN# 0263 19970721\36-0003.SOL)
36 - Special Industry Machinery Index Page
|
|