|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 5,1998 PSA#2004Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 39 -- CONVEYOR SYSTEM, DUST DISCHARGE, SCREW TYPE SOL N00244-98-Q-0091
DUE 012098 POC Point of Contact is Gwen Young, Contracting Officer at
619-532-2890; FAX 619-532-2347 WEB: Click here to learn more about FISC
San Diego and additional contracting opportunities.,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote
electronically or to contact the Contracting Officer via e-mail.,
gwen_young@fmso.navy.mil. This announcement is published as a Total
Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; all
eligible, responsible sources may submit an offer. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
FAR 13.6 and the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the ONLY solicitation; quotes are being requested and A
SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation/RFQ
number N00244-98-Q-0091 applies. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-01 and Defense Acquisition Circular 91-11. The
standard industrial code is 3535 and the business size standard is 500
employees. This requirement is for a fixed priced contract for seven
(7) line items as follows. CONVEYOR-TO-DUST COLLECTOR INTERFACE. The
conveyor system must be compatible with existing dust collecting
equipment in use atthe Construction Battalion Center (CBC) in Gulfport,
MS. The existing equipment consists of two Torit Products Division of
the Donaldson Company, Inc. Model DFT 4-80 EDAP dust collectors
installed side by side. These collectors have five hoppers each and
each hopper empties into a 55-gallon drum (See Drawing NCBC-3).
Currently, the 55-gallon drums catch and store dust from garnet
blasting operations and are periodically emptied into a dumpster. The
conveyor system will be installed in place of the ten 55-gallon drums
located beneath the dust collectors. The system will provide continuous
transfer of the garnet blasting dust, paint dust and rust scale from
the dust collectors directly to a covered dumpster adjacent to the dust
collectors without interrupting blasting operations (See Drawings
NCBC-4 and NCBC-5). Details of the Torit dust collector flanges are
provided in Donaldson Torit Drawing No. IG061123 (note: this drawing is
unavailable for release from this agency). DISCHARGE SPOUT DIMENSIONS:
Floor space available for installing the conveyor system is limited.
The conveyor system shall be designed to transfer garnet dust from the
dust collectors to an enclosed dumpster located sixteen (16) feet
perpendicular to the conveyor centerline (see Drawing NCBC-6).
Discharge spout dimensions and angle of incline may vary based on
manufacturer's standard commercial components used in the discharge
spout configuration. The discharge spout shall be sized lengthwise and
inclined as required to provide adequate clearance between the
discharge spout and a 50" tall x 96" wide x 18 ft. dumpster when the
dumpster is positioned perpendicular to the discharge spout. If a
support is required for the discharge spout, the support shall be
located so as to provide ample clearance if the dumpster is misaligned
up to four (4) feet in any direction from the downspout centerline.
CONVEYOR TO DUMPSTER INTERFACE Garnet blasting dust will be transferred
from the conveyor downspout to an enclosed dumpster via a flexible dust
collector hose. The bottom end of the dust collector hose will clamped
to one of three pipe stubs on the dumpster lid with a quick-release,
over-center clamp. Once a portion of the dumpster below the pipe stub
is filled with garnet dust the clamp will be released, the discharge
spout and downspout hose will be portioned over another pipe stub, and
the hose clamped to the stub. ITEM 1 -- Conveyor system shall consist
of but not be limited to the following: (1) Screw conveyor, approx. 36
feet long x not less than 9-inch nominal diameter, consisting of screw,
housing, cover, shaft, bearings, seals and drive. Cover for conveyor
housing shall be complete with ten inlet openings equipped with flanges
for interfacing with two side-by-side Torit Model DFT 4-80 EDAP Dust
Collectors (see Conveyor-to-Dust Collector Interface above for
details). (2) Valve, flex tip rotary, not less than 1.34 cubic
foot/rev, approx. 22 rpm, located between screw conveyor and swivel
joint assembly, complete with rotor, housing, and drive. Valve shall be
electrically actuated. (3) Heavy-duty swivel joint assembly, located
between valve and discharge spout, NLT 9" nominal diameter. Swivel
joint rotation range shall be not less than 120 degrees. (4) Discharge
spout, approx. 18 feet long x not less than 9" nominal diameter
consisting of screw, housing, cover, shaft, bearings, seals and drive,
inclined as required to interface with dumpster (see DISCHARGE SPOUT
DIMENSIONS above for dumpster dimensions). Structural support, if
required, shall be provided for the discharge spout and shall comply
with the CONVEYOR-TO-DUMPSTER INTERFACE details provided above. Wheels
or rollers shall be provided on the support structure to allow the
discharge spout to be rotated up to 120 degrees around the conveyor
swivel. (5) Down spout, 9-inch nominal diameter, directs dust flow
downward through transition piece, bottom of piece configured to accept
dust collector hose and band clamp. (6) Down spout- to-dumpster
transition piece, 9-inch nominal dust collector hose, sized lengthwise
to span distance between down spout and top of dumpster, complete with
9-inch nominal permanent band clamp to mount dust collector hose to
down spout and 9-inch nominal quick release over center type band clamp
to attach dust collector hose to dumpster. (7) Mounting frame, if
required, shall support the weight of the conveyor (loaded with
conveyed material) if it is determined by contractor that dust
collector frame(s) cannot support the additional weight of the conveyor
assembly and material. (8) Controls, switches and wiring. System
controls shall consist of a control panel, switches, interconnecting
wiring and accessories, installed and connected as required to provide
a complete, operable system. Switches shall include a minimum of a
plug chute switch and an underspeed switch. Contractor shall also
provide any additional switches or components that will enhance the
overall operation and safety of the conveyor system.(Qty: As Required.)
The conveyor system will be installed outdoors and shall be suitable
for unprotected outdoor service. Equipment shall be designed to
withstand the effects of inclement weather without deterioration of the
system. The system must conform to all applicable OSHA, NEMA and NFPA
standards. The control panel shall conform to NEMA ICS 6 type 12.
Conveyor system motors shall be in accordance with the provisions of
NEMA MG 1. Electrical wiring design practices shall be in accordance
with applicable requirements of NFPA 70. The contractor shall provide
written certification to CBC Gulfport that the conveyor system,
installed in an unprotected outdoor environment, meets the applicable
requirements of the above standards and codes. Conveyor system power
requirements: 480V, 3 Phase. DESCRIPTION FOR ITEM 1. The Donaldson
Class C through Trough Screw Conveyor model of screw conveyor 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. Standard Commercial Product -- The
equipment offered shall be in accordance with the requirements of the
specifications called out herein, shall be the standard product of the
contractor, and shall have been marketed and in commercial field use
for at least two years prior to the date quoted. Product improvements
are acceptable. When specific requirements are not stated herein, all
items listed as standard equipment in the contractor's published
specification brochures and catalogs, or normally furnished to
commercial customers as standard equipment, shall be furnished. The
item shall be equipment with optional equipment as specified herein.
Optional equipment is defined as non-standard equipment that has been
supplied to commercial customer, such as special features or allied
equipment. The item shall be equipped with all components necessary to
enable it to function reliably and efficiently in sustained operation.
The item shall conform to all Federal laws and regulations applicable
to the manufacturer governing safety and pollution that are in effect
for this type of equipment at the time of manufacture. Upon the request
of the contracting officer, the offeror/contractor shall provide sales
data (customer references including points of contact and telephone
numbers) verifying that the basic configuration offered under this
solicitation has been sold on the commercial market and meets the
definition set forth in FAR 11.001 for a "commercial product" or
"commercial-type product". In addition, the contracting office may
require submission of published specification in order to verify
conformance of equipment to the specification requirements of this
solicitation. NOTIFICATION OF PROJECT COMPLETION -- The Contractor
shall be responsible for submitting a notification letter advising of
the completion of all applicable contract requirements related to site
requirements list preparation, equipment delivery, consumable items
delivery, installation, start up, training and manuals. The letter will
serve as a formal Project Completion Notice and should be sent within
14 days after the last contract requirement has been completed. A copy
of the letter shall be sent to (will advise upon award). EQUIPMENT
DELIVERY -- The contractor shall be responsible for shipping equipment
directly to the customer. To assure the receiving activity is
adequately prepared for offloading and storage/installation of
equipment, the contractor shall notify the activity by letter of the
estimated delivery date at least two (2) weeks before the equipment is
shipped. A copy of the letter shall be sent to (will advise upon
award). ITEM 2 -- OPERATION AND SERVICE MANUALS Contractor shall
provide standard commercial manuals for each piece of equipment
included in the system. Manuals shall be delivered with the equipment.
ITEM 3 -- SITE REQUIREMENTS LIST 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 for CBC Gulfport to prepare the existing site for the
installation of the dust conveyor. The list shall include design data
of any required weather protection (i.e. shelter) for the equipment,
foundation and associated mounting pads, utility lines (e.g. electrical
power requirements, water, sewer, etc.), and safety & security items
external to the equipment (e.g. railings, theft protection, ~
protection against unauthorized access and use of equipment). In
addition, the following issues shall be addressed in the site
requirements list if required: Digging Permit. If the system selected
for installation requires excavation, the contractor must obtain a
digging permit from the CBC Gulfport Public Works Department at least
1 week prior to commencement of such activities. Utility Outages.
Utility outages (number of outages and duration of outages) necessary
for installation shall be addressed in the site requirements list.
During installation, all utility outages must be requested from the CBC
Gulfport Public Works Department, in writing, atleast 3 working days in
advance of the outage. Occupational Safety and Health (OSH). The
conveyor system must be installed so that it poses no electrical or
other personnel hazards as a result of its construction. If the
conveyor system poses any new OSH issue, contractor shall address in
site requirements list. Installation & Startup Checklist. Contractor's
installation and startup check list shall be submitted with the site
requirements list for Government review. The site requirements list
shall be submitted to the Civil Engineer Support Office, Code 15E1, at
Port Hueneme within fourteen (14) days after site assessment visit.
Preparation of the site by CBC Gulfport must be complete prior to
delivery of equipment. The contractor shall deliver the equipment only
after obtaining a delivery date in writing from CED Gulfport that the
installation sight will be ready. ITEM 4 -- SHOP DRAWINGS The
contractor shall submit shop drawings for the complete installation to
CED Gulfport for comment and approval. CED Gulfport will then provide
copies of the shop drawings to the Safety/Industrial Hygiene Office,
Fire Department, and Public Works Department at CBC Gulfport for
comment. The approval period will not exceed 30 days from date the
drawings are received by CED Gulfport. Contractor shall not begin work
on the dust conveyor until shop drawings have been approved. ITEM 5-
INSTALLATION, START-UP & TESTING The contractor shall install the
equipment at the consignee's facility within fourteen (14) 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 delivery
truck. The contractor shall validate the installation of the equipment
by operating the equipment after installation. 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 verify that
performance, controls, instrumentation and gauges indicate that the
equipment is operating properly and within design parameters.
Contractor shall record each successfully completed test in a
performance specification checklist. The checklist shall consist of
specific measurable and verifiable electrical, mechanical, and
performance specifications. The contractor shall provide a completed
copy of the startup and testing requirements checklist to the activity
at the completion of the phase. In order to minimize the length of
down time of blasting operations, the conveyor system shall be
installed and tested within seven (7) working days from commencement of
work. ITEM 6 -- ON-SITE TRAINING The contractor shall provide training
for personnel at the receiving activity immediately after installation
and start-up 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 Manuals. 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. ITEM 7 -- WARRANTY
provisions shall cover all equipment delivered by the contractor and
all work performed by the contractor during installation and startup of
the equipment. The warranty period shall be not less than 12 months
from the date of start-up of the system. Permits for the installation
and operation of the dust conveyor can take up to 6 months to obtain.
The contractor shall not deliver the equipment until after the permits
are issued. Delivery of all items is required 90 days after receipt of
order to be delivered FOB Destination to: Naval Construction Battalion
Center, Gulfport, MS. Mark for: Bob Edgerly. Acceptance shall be made
at destination. The provision 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. Express warranties shall be
included in the contract; FAR 52.237-1, Site Visit -- Quoters are
urged and expected to inspect the site where services are to be
performed and to satisfy themselves regarding all general and local
conditions that may affect the cost of contract performance, to the
extent that the information is reasonably obtainable. In no event shall
failure to inspect the site constitute grounds for a claim after
contract award. A Site Visit will be conducted 1/15/98 at 09:00 a.m. by
appointment only -- contact Mr. Bob Edgerly at 601-871-2677 to
schedule. Offerors are required to complete and include a copy of the
following provisions with their proposals: FAR 52.212-3, Offeror
Representation and Certifications- Commercial Items. Clause 52.212-4,
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses: FAR 219-1, Small Business Program
Representations; FAR 52.219-6, Notice of Total Small Business
Set-Aside; FAR 52.211-5, New Material; FAR 52.211-7, Other Than New
Material, Residual Inventory, and Former Government Surplus Property.
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 and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action
for Handicapped Workers; FAR 52.222-37, Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001,
Contract Terms and 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 and Balance of Payment Program;
and DFARS 252.225-7012, Preference for Certain Domestic Commodities.
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 solicitation's 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 descriptions for Line Items 0001 through 0007. Note: (1)
Drawings referenced herein may be obtained by contacting the purchasing
agent (see POC listed in the beginning of this announcement). (2) The
full text of the Federal Acquisition Regulations (FAR) and Defense
Federal Acquisition Regulation Supplement (DFARS) can be accessed on
the Internet at "www.arnet.gov" OR "www.deskbook.osd.mil". Parties
responding to this solicitation may submit their quote in accordance
with their standard commercial practices (e.g. on company letterhead,
formal quote form, etc.) but must include the following information: 1)
Company's complete mailing and remittance addresses, discounts for
prompt payment, if any (e.g. 1% 10 days), and the company's CAGE Code,
Dun & Bradstreet number, and Taxpayer ID number. In addition, if you
are quoting on a comparable commercial item,product literature must be
included. All FAR certifications and representations specified above
must also accompany your quote. Quotes must be received no later than
3:00 PM, local time, 012098, and will be accepted via fax
(619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY. DO NOT
mail. See Numbered Note(s) 1, 13 (0365) Loren Data Corp. http://www.ld.com (SYN# 0082 19980105\39-0001.SOL)
39 - Materials Handling Equipment Index Page
|
|