Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 5,1998 PSA#2004

Fleet & 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