Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1998 PSA#2086

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

36 -- RECYCLING EQUIPMENT SOL N00244-98-Q-0184 DUE 050698 POC Point of Contact is Gwen Young, Purchasing Agent 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 buyer via e-mail., gwen_young@fmso.navy.mil. The notice originally published on CBDNet on 4/15/98 is hereby republished with addendum, and the due date for quotes is extended to 5/6/98 at 3 p.m. PDT. The entire notice, with addendum, is republished here. 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-0184 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03 and Defense Acquisition Circular 91-12. The standard industrial code is 3559 and the business size standard is 500 employees. The agency need is for a plastic recycling system. This requirement is for a fixed priced contract for the following possible items. (1) The Naval Construction Battalion Center located in Gulfport, MS has a need to convert post-consumer rigid plastic to clean and dry processed flakes (flake size must not exceed 1/2 inch) at a nominal rate of 1,000 pounds per hour. (NOTE: Flake size is a regional requirement.) It is envisioned that the system would consist of a pre-grinder (to reduce feed stock to approximately four-inch strips or diameters), a washer/dryer (to wash off food/contaminates and dry material), a discharge conveyor (to elevate and meter material into a granulator), a granulator (to further reduce the material size to a homogeneous consistency), and a box filling station with approximately 64 cubic feet capacity (for temporary collection and storage). The system should have the following features: Must be capable of processing AT LEAST 1,000 pounds of rigid plastic per hour; Washer water temperature of AT LEAST 50 degrees F above ambient; Processed material moisture content less than 2% (material must have a level of dryness to be accepted by the recycling facility); Electric heating; Must operate from 480 Volt, 3 phase, 60 Hz electrical power; Must be compatible with 200 Amps electrical service; Not to exceed 180 Amps full load; should be equipped with safety interlocks or other adequate safety features; Average water usage of one GPM (NOTE: operation cannot exceed Navy base water allocation of 360 gallons per day); Dryer air flow discharge rate not to exceed 500 standard cubic feet per minute. Quantity one (1) each of all components. All supplied equipment must be accompanied by four (4) sets of standard/commercial Operating Manuals. ADDENDUM: The type of plastic to be ground up is 1) polyethylene terephthalate (PET) {beverage bottles}; 2) high density polyethylene (HDPE) {bleach/laundry, milk bottles}; 3) low density polyethylene (LDPE) {deli/food, clear shampoo containers} -- all standard/commercial size. Product can be fed manually or by conveyor. Manual feed opening should be waist to shoulder height; reverse hopper NOT required. System must accommodate multiple feed without jamming. Machine noise level should be within safe limits when the workers wear earplugs or muffs -- sound room not required. Moderate food/beverage/bleach/soap/dirt residue (no bones) will be on the products to be recycled; all debris water-soluble. Discharge water will be dumped into a standard sewer (light industrial/residential) system. System should accommodate automatic dumping. INSTALLATION/TRAINING: Contractor personnel or representatives shall travel to the shipping address to provide installation and training. Installation and training shall be performed during the same trip. CBC Gulfport shall move the equipment from the receiving/shipping area to the equipment's final (installation) destination and provide shelter, anchoring, resource requirements (electrical power, water, heating fuel, etc.). Contractor personnel/representatives will set up the equipment and make all performance adjustments, and operate all functions to ensure the system is operating satisfactorily. The contractor shall provide training and training materials to CBC Gulfport personnel and ensure they are able to safely operate the system. CBC personnel shall operate the equipment during this training under contractor guidance. ALL ITEMS TO BE DELIVERED FOB DESTINATION TO: Commanding Officer, Naval Construction Battalion Center, 5200 2nd Street CBC, Gulfport, MS 39501-5001. Mark for: Code 400/Don Crawford. Inspection/Acceptance shall be made at destination. EQUIPMENT DELIVERY: The contractor shall be responsible for shipping equipment directly to the address cited above. To assure the receiving activity is adequately prepared for offloading and storage/installation of equipment, the contractor shall notify the activities by letter of the estimated delivery date at least 2 weeks before the equipment is shipped. A copy of the letter shall be sent to: Commanding Officer, Naval Construction Battalion Center, Attn: CESO Code 15L2, 1000 23rd Avenue, Port Hueneme, CA 93043-4301. SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of lading, correspondence, crates, boxes, shipment markings, etc., pertaining to procurement and shipment of this equipment: "N62583-98RC-NH926". SHIPPING DOCUMENTS: All shipping documents, including CONTRACTOR'S COMMERCIAL SHIPPING NOTICES, shall be expanded to include the following information, as applicable, to permit ready identification of the appropriate procurement transaction and provide required control information: 1. Contractor's Name and address; 2. "Shipped from" location if different; 3. "Shipped to" code and address; 4. "Marked for" code and address; 5. Contract or Purchase Order Number; 6. DOCUMENT or Requisition Number; 7. Appropriation and Accounting Data; 8. Description of item(s) delivered; 9. Prime contractor's Make, Model and Serial Number; 10. Quantity of items delivered; 11. Unit price and extended total price; 12. Date of shipment; 13. Weight and cube; 14. Special shipping instructions as specified in the contract or purchase order; 15. A descriptive list including quantity of items shipped, with the CLIN, but not permanently attached thereto, i.e., tools, jacks, manuals, spare tire, etc. Distribution of shipping documents shall be as follows: Two copies proof of shipping to: Commanding Officer, Naval Construction Battalion Center, Attn: CESO (Code 15L2), 1000 23rd Avenue, Port Hueneme CA 93043-4301. 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. 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. 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. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov/far OR www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. 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 (you can apply for one by calling 1-800-333-0505 or at http://www.dnb.com/aboutdb/dunsform.htm), 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, 05/06/98, and will be accepted via fax (619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. DO NOT mail. See Numbered Note(s) 1, 13. (0119)

Loren Data Corp. http://www.ld.com (SYN# 0243 19980501\36-0001.SOL)


36 - Special Industry Machinery Index Page