|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1998 PSA#2117Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 35 -- HORIZONTAL BALER SOL N00244-98-Q-0295 DUE 062698 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, http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit
your quote electronically or, gwen_young@fmso.navy.mil. IMPORTANT
NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration"
applies to all solicitations issued on/after 6/1/98. Lack of
registration in the CCR database will make an offeror/quoter INELIGIBLE
FOR AWARD. Please ensure compliance with this regulation when
submitting your quote. Call 1-888-227-2423 or visit the Internet at
http://ccr.edi.disa.mil for more information. This announcement is
published as a Total Small Business Set-Aside action per FAR 52.219-1
and 52.219-6; you must be a small business quoting the product of a
small-business manufacturer; all eligible, responsible sources may
submit an offer. This is a combined synopsis/solicitation for
commercial items prepared in accordance with FAR 13 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-0295 applies. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-04 and Defense
Acquisition Circular 91-13. The standard industrial code is 3569 and
the business size standard is 500 employees. This requirement is for a
fixed-priced contract for hydraulically-operated horizontal baler
equipment. (1) The Naval Security Group Activity located in Sabana
Seca, Puerto Rico has a need for baling equipment. It is envisioned
that the system would consist of a Baler with conveyor and hopper.
Quotes will be accepted on a "Brand Name or Equal" basis. The following
brand name products are known to be acceptable: 1) McLain/EPCO Baler
Model ESP II with 17' Incline Conveyor and 1-cubic yard Hopper; 2)
International Baler Model LD-60 with Model ICBC-48240 Conveyor; 3)
Excel Baler Model EX60-II and Model 4815 Above-Ground Conveyor; 4) J.V.
Manufacturing Model HE-60 Baler with hopper and conveyor. The following
salient characteristics are CRITICAL/ESSENTIAL to the Government -- a)
BALER -- Baler size approximately 60" x 30" x 48"; motor not less than
20 HP TEFC; voltage 230V, 3-phase; ram force not less than 125,000 lbs;
platen pressure not less than 75 PSI; cycle time not greater than 35
seconds (no load): b) CONVEYOR (configured to interface with conveyor
feed hopper) -- length approximately 17'; width not less than 48" (belt
width); belt -- PVC 150 belting or equal; approximately 3" cleats on
18" centers; electrical -- not less than 2 HP, 230V, 3-phase TEFC
motor, not less than 40 feet per minute belt speed: c) HOPPER (integral
with conveyor) -- not less than 1-cubic yard capacity: d) CONTROLS --
key lock, push button control panel, integrated controls for baler and
conveyor. . Additional Requirements -- Baler/Conveyor assembled
overall height shall not be greater than 168". Quantity one (1) each of
all components. All supplied equipment must be accompanied by four (4)
sets of standard/commercial Operating Manuals. Must include any items
necessary for start-up of system (e.g. hydraulic oil, three (3)
bundles of baling wire, etc.). INSTALLATION/TRAINING: Contractor
personnel or representatives shall travel to Sabana Seca, Toa Baja,
Puerto Rico to provide installation and training. Installation and
training shall be performed during the same trip. 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 and start-up, except
the government 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 requirement list and for removing the equipment from the
truck/semitrailer. The contractor shall validate the installation by
operating the equipment. 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. The contractor shall provide eight (8) hours (or
normal training timeframe) of training for up to 12 government
personnel after installation and start-up of the equipment. 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 manufacturer warranty provisions related to the
equipment. The contractor's operation and maintenance manual shall be
used as a training aid. Any item that will be invoiced as an individual
line item must be broken out that way when quoting (e.g. price for
baler, price for conveyor, etc.). If you plan to invoice as a "lot"
price, please indicate that when you quote. All items to be delivered
to the following Port of Embarkation (POE) for processing/transshipment
-- Military Traffic Management Command, Bldg 1063, Freight Traffic
CC-ASS, Cape Canaveral, FL 32920-4499, Mark for Supply Officer, NSGASS
Puerto Rico, Attn: Clery Morales, Public Works Dept. 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:
Officer in Charge, Seabee Logistics Center, Attn: Code 15L2, 4111 San
Pedro Street, Port Hueneme, CA 93043-4410. 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-NH314". 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: Officer
In Charge, Seabee Logistics Center, Attn: Code 15L2, 4111 San Pedro
Street, Port Hueneme CA 93043-4410. 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. 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; DFARS 252.225-7012,
Preference for Certain Domestic Commodities; and DFARS 252.211-7003,
Brand Name or Equal. 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 identified as "critical/essential" in the above
purchase description/s. 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, anticipated ship date/availability, FOB point
(city and state), 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,
6/26/98, 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. (0163) Loren Data Corp. http://www.ld.com (SYN# 0343 19980616\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|