Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20,1997 PSA#1976

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

36 -- SHEET TILE SHREDDER SOL N00244-98-Q-0031 DUE 121097 POC Contracting Officer, Jessica Dunker @619-532-2588; FAX 619-532-2347 WEB: Click here to learn more about FISC San Diego & additional contracting opportunitities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote or to contact the Contracting Officer via e-mail, jessica_e._dunker@fmso.fisc.navy.mil. FISC San Diego is announcing its intent to issue a combined synopsis/solicitation for a commercial item as prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this Request for Quote is N00244-98-Q-0031. This solicitation and incorporated provisions and clauses are those in effect through FAR 46. This solicitation is issued as a small business set aside and all responsible small business sources may submit an offer. The Standard Industrial Code is 3559, with a business size standard of 500 employees. FISC San Diego has a requirement for one (1) each of the following: a sheet tile shredder. This item is a piece of reduction equipment that can shred impregnated shields having an approximate dimension of 24" X 24", thickness of 3 -- 4", and a slab that weighs approximately 5pounds. The final particle size is approximately 0.125". The reground rubber is to be collected in a 55 gallon drum for recycling or other disposal. These are the minimum characteristics required: a heavy duty machine with 14" X 24" throat opening. The machine is 100 HP, 460 volts. The rotor has three blades, with a slant open rotor, and the bearings are lubricated by a means of a central lubricating block. The equipment has a 3 rotor knives, 2 bed D2 steel rotor knives. The maximum screen size shall be 1/8" particle size. The equipment has a "V" belt with flywheel type driven pulley. The motor is 3/60/1800 RPM, open drip proof motor. The starter is NEMA 1 100 HP. The equipment has a flanged, removable hopper with a top cleanout door. The cutting chamber is equipped with safety switches on the access doors. The screen cradle is opened and closed by hand with a gas spring assist. The approximate dimensions are: 68 " X 56" X 60 " H. The approximate weight is 6000 LBS. The following statement of work sets forththe services to be provided by the contractor. These services are related to the installation planning, the delivery, the operation and maintenance manual preparation, the installation, the start-up, and the operation & maintenance training required for the equipment. The activity requires an Operation & Maintenance manual. I. 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 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. railings, theft protection, protection against unauthorized access and use of the 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 site by the receiving activity must be complete prior to delivery of the site by the receiving activity must be complete prior to delivery of the equipment. The contractor shall deliver the equipment only after obtaining a delivery date in writing from the government signifying that the installation site is will be ready. II. 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 with the site requirements list. III. 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 government is intended to perform. Operation time shall not be less than four (4) hours. The contractor shall verify that performance, controls, instrumentation and gauges indicate that the performance, controls, instrumentation and gauges indicate that the equipment is operating properly and within design parameters. The delivery address will be the Naval Submarine Base New London, in Groton CT and the delivery price must be FOB Dest. Acceptance will be made at destination. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation & Certifications -- Commercial Items. Clause 52.212-4, Contract Terms & Certifications -- Commercial items, applies as well as the following addendum clause: FAR 52.211-5, New Material. The clause at 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 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled & Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans & Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252-225-7001, Buy American Act & Balance of Payment Program; & DFARS 252.225-7012, Preference for Certain Domestic Commodities. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to thegovernment considering price and 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 product literature that demonstrates the products offered meet all requirements stated in the above purchase description. Please ensure that your company's cage code, mailing & remittance address are reflected on your quote. Quotes must be received no later than 3:00 PM, local time, on 10 December 1997. Your quotes will be accepted via FAX (619-532-2347), or via e-mail (jessica_e._dunker@fmso.navy.mil) ONLY. DO NOT MAIL. See numbered note #1. (0322)

Loren Data Corp. http://www.ld.com (SYN# 0198 19971120\36-0002.SOL)


36 - Special Industry Machinery Index Page