Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1999 PSA#2301

Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752

35 -- VERTICAL RECIPROCATING CONVEYOR SOL RFQ 143-031-9 DUE 032699 POC G.F. Garceau, Contract Specialist, (570)547-1641 Ext 541 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. (ii) This solicitation is issued as Request for Quotation (RFQ) 143-0031. (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 97-10. (iv) This solicitation is open to small businesses and large business under Standard Industrial Classification (SIC) Code of 3534, with a size standard of 500 employees. Other forms referenced herein are required to be completed and submitted with all quotations. (v) The contractor shall provide unit price for the following item: (1) Vertical Reciprocating Conveyor (VRC) in accordance with contract specifications, Quantity 2 each. (vi) Motorized vertical lifts for transporting food carts from the ground floor of a housing unit to the upper tier. The basic specifications are as follows: 1000 pound total load capacity, mechanically driven vertical conveyor, 9'6" vertical travel, straddle design, 2 horse power Totally Enclosed Fan Cooled (TEFC)Motor; 30 Feet per Minute (Nominal) travel speed, Operating voltage: 208 volt, 3 phase, 60hz; Controls: 110 volt, single phase. CARRIAGE ASSEMBLY: 6'0" effective width x 4'0" effective length x 7'0" effective height. One piece carriage with 48" high rails on (2) two sides with snapchain across operating ends to accommodate a "Z" loading pattern. NOMINAL OVERALL LIFT DIMENSIONS: Maximum unit width 8'0"; Maximum unit length 4'4"; Maximum unit height "17'6". ENCLOSURE: Vendor will provide a mezzanine safety backstop panel at the second level. All enclosure panels required by ANSI/ASME B20.1, 8'0" enclosure panels on (3) sides at all levels. GATES: (1) 72" high horizonal sliding gate with electro-mechanical interlock at the first level (13'6" overall height); (1) 79" high horizonal sliding gate with electro-mechanical interlock at second level (7'8" overall height); PAINT: Unless otherwise noted, units and optional parts will be black in color. CONTROLS: All control and devices necessary for a (2) two level operation 110 volt, single phase. Includes (2) two button momentary contact push-button stations. ADDITIONAL EQUIPMENT: 2" x 1" (10 gauge) expanded steel enclosures around units. Hinged sliding and vertical acting gates will be of standard 2" x 2" x 13 gauge enclosures. Lockable control panels. SPECIAL CONDITIONS: All equipment must be shipped Knock-down and be able to pass through a door opending 35" wide x 82" high. Unloading and storage of equipment by owner. Unobstructed assembly area will be provided by owner. Owner will remove and dispose of debris. Primary electrical work to a pre-determined location will be responsiblity of owner. Vendor will be responsible for all electrical work to Primary and Secondary locations. Unless otherwise stated in the offer or within these written specifications, the vendor will provide all materials and labor to install: (2) Two motorized vertical lifts to include but not limited to the following: wire enclosures, gates, transition plates, electrical control boxes and safety interlocks, and base foundation work. (vii) The contractor has 145 calendar days after date of the award to deliver and install (2) VRC's at the Federal Correctional Institution, Old Ray Brook Road, P.O. Box 300, Ray Brook, New York, 12977. This is to be FOB: Destination. (viii) FAR Provision 52.212-1, Instructions to Offerors -- Commercial Items (AUG 1998) and the following clauses incorporated by addendum apply -- At paragraph (c), "Period of Acceptance of Offers," has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purpose of this requirement.; At paragraph (e), "Multiple Offers," has been determined by the Contracting Officer to benon-applicable to this solicitation and is hereby removed in its entirety for the purposes of this requirement; At paragraph (h) "Multiple Awards" has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purposes of this requirement; 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number (APR 1998) (ix) The evaluation will be based on price and price related factors. FAR Provision 52.212-2 Evaluation -- Commercial Items (JAN 1999) (x) FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 1999) is incorporated and is required to be submitted with the contractor's quote. (xi) FAR Clause 52.212-4 Contract Term and Conditions -- Commercial Items (APR 1998) and the following clauses incorporated by addendum apply -- 52.223-5 Pollution Prevention and Right to know Information (APR 1998); 52.225-11 Restrictions on Certain Foreign Purchases (AUG 1998); 52.237-1 Site Visit (APR 1984); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984); 52.247-34 F.O.B. Destination (NOV 1991). (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 1999) and the following clauses apply to this clause -- 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (xiii) FAR Provision 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.211-16 Variation in Quantity (APR 1984) and the following incorporated by addendum apply -- At paragraph (b) insert "0" to complete "Percent increase", insert "0" to complete "Percent decrease", and insert "The total contract quantity" to complete the application statement; FAR 52.242-15 Stop-Work Order (AUG 1989); FAR Clause 52.252-2 Clauses Incorporated by Reference (FEB 1998); JAR Clause "Compliance with Veterans Employment Reporting Requirements"; JAR Clause "Year 2000 Compliant"; JAR Clause 2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUNE 1996); An organized Site Visit is scheduled for 1:00pm, March 18, 1999. Contractors must provide the name(s) of representative(s) intending to site visit not later than 4:00pm, March 15, 1999 to Steve Burakowski, Contract Specialist, at Voice (518)891-5400, or FAX (518) 891-1574. Contractor workers will be required to complete a pre-employment form and the following investigative procedure is incorporated and to be applied before commencing work: National Crime Information Center (NCIC) check. (xiv) N/A (xv) N/A (xvi) The quotes are due by 4:00 P.M. on March 26, 1999 to the following address: FPC Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752 (Regular Mail)or Route 15, 5 miles north of Allenwood (Federal Express, etc). All quotes should be marked with the RFQ number. (xvii) For additional information, please contact G.F. Garceau, Contract Specialist at (570) 547-1641, extension 541. Posted 03/10/99 (W-SN306900). (0069)

Loren Data Corp. http://www.ld.com (SYN# 0237 19990312\35-0001.SOL)


35 - Service and Trade Equipment Index Page