Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 19,1999 PSA#2306

DIRECTORATE OF CONTRACTING, BLDG 6 MELOY HALL RM 207, ATZB-KT, FORT BENNING, GA 31905-5000

32 -- HORIZONTAL GRINDER SOL DABT10-99-Q-0066 DUE 040299 POC Purchasing Agent JUDY HODDER (706) 545-7522 CONTRACTING OFFICER VERA COOPER (706) 545-2260 (Site Code DABT10) E-MAIL: smtp:hodderj@benning.army.mil, smtp:hodderj@benning.army.mil. DESC: This is a combined synopsis/solicitation for commercial items prepared in accordancee with the format in Subpart 12.6, as supplemented with additional information included in notice. This announcement constitutes the only solicitation;proposals are being requested and a written solicitation will not be issued. Solicitation No. DABT10-99-Q-0066 is issued as a Request For Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. Solicitation is a 100 percent small business set-aside, SIC Code 3523 and small size standard is 500 employees. Line Item: 0001; Quantity: 1, Unit: Ea. Horizontal Grinder. CAPABILITIES: Capable of processing aminimum 20 tons per hour of wet/dry mixed materials; waste paper, foodwaste, bisolids, leaves, grass, yard waste, trees, pallets, presortedconstruction debris, into an end product reduced to a size suitable forcompost with no additional processing/reruns. Equipped to be operated by one person. Unit shall be mounted on a highway ready towable chassis. FEATURES:Horizontal feed system hydraulically powered angle/track type slat conveyor a minumum 20 ft long by 5 ft wide, assisted by an appropriate floating feed wheel/overhead conveyor that is mounted over the conveyor. Dual lock system for locking feed wheel/overhead conveyor in an up position. Conveyor will have a puller that allows the drive system to pull the conveyor back away from the cutter mill. Conveyor pulling capacity a minimum 7 tons. Infeed conveyor speed rate shall be adjustable from 0-20 ft per minute. Infeed system shall be equipped with hydraulically driven side discharging debris augers mounted inside infeed conveyor at cuttermill end to discharge material that falls below the cuttermill. Shall be equipped with autofeed which automatically senses engine speed drop underload to shut off hydraulic infeed chain and feed wheel, allows engine speed to return to proper power range rmp and reactivates hydraulic infeed chain and feed wheel. Integrated override switch that disengages auto-feed control for conventional feeding. CUTTERMILL: Consists of 60 saw-tooth type cutters with replaceable bits mounted to detachable cutter holders. Arms supporting cutter holders shall be welded to maximum 24" diameter drum. Tip to tip diameter shall not exceed 42 inches. Drum with shall not be more than 5 ft. Cutter holders are to be made of wear resistant steel. Cutting bits will be made with wear resistant steel with carbide brazed to them. Cutter bits are to be designed to be threaded on the rod ends so they may be held to the cutter holder by a nut of grade 8 or better standard. Cutter holders shall be designed/configured to permit them to be held in place by at least two (2) 1" grade 8 or better bolts and lock nuts. Cutter head shaft shall be constructed so as to be a 6" diameter shaft coaxially mounted inside the equivalent or better of a 24" diameter by 3/4" wall pipe connected by end plates mounted on spherical roller pillow block bearings. Cuttermill opening will be no less than 30" high x 60" wide. Mill will consist of a replaceable cutter anvil and replaceable concave (screen) of a standard 2x2 modified diamond pattern. ENGINE: mill shall be powered by a minimum 375-HP water cooled diesel engine with tachometer, hr meter, muffler with rain cap, dry type top mount air cleaner/dirt separator. Engine will be equipped with shut down system which will stop engine when low oil pressure, high coolant temperature/low hydraulic level occurs. Equipped with high capacity fold away rotary radiator debris screen.LIQUID CAPACITIES & SPECIFICATIONS: Not less than 45 gal-hydraulic tank with spin- on cartridge filters on return lines, strainer on tank inlet, baffle, shut- off valves, oil level and temperature gauge. Hydraulic hoses and coupling are to be rated at the appropriate PSI and protected by hose guards in all wear areas. Machine shall be equipped wiith a fuel system of a minimum 200 gal shock mounted fuel tank with lockable cap and fuel level gauge. Shall have appropriate moisture/debris filtration devices and shut off valve. DIMENSIONS: Overall dimensions not exceeding 36'longx8'6"widex13'3"high. Weight shall not exceed 45,000 lbs. CHASSIS: Dual (tandem) axel chassis made from min 1/4" thick, 20" deep formed high tensile steel plate, minimum 18" deep formed section cross bracing. Consist of (2) min 15,000# axles with 48-1/2" axle centers, single wheels equipped with (4) load range "L" tires mounted on load tested rims, leaf springs, air brakes and (1) hydraulically adjustable front stablizer. ELECTRICAL: Equipped with 12- volt DC negative ground electrical system with heavy-duty light package with hermetically sealed lights, enclosed in heavy-duty housings. Heavy duty minimum 800 CCA batteries. Breaker/fuse protected wiring and trailer connector. Lockable water tight enclosure for instrument panel/controls. Lockable steel fabricated box. CONTROLS: Dual system machine controls. Primary control shall be manual hydraulic controls located in a lockable, water tight control panel on the machine. Secondary control shall be rechargeable/battery powered radio remote control unit with a min range of not less than 100 yds. DISCHARGE: Equipped with a folding discharge conveyor that is not less than 30'longx4'wide fold up belt conveyor with vee-style cleats with operating speed of 200 ft per minute which provides a discharge height of not less than 17 ft. SAFETY: All rotating parts shall be covered or enclosed by heavy-duty guards. Safety warning labels shall clearly displayed around the machine. Equipped with easy accessible emergency stops at critical locations on the machine and the remote control unit. Equipped with rotating or flashing safety beacon (red or amber) indicating machine operation. ADDITIONAL FEATURES, SERVICES & ACCESSORIES: 1-Radio remote control unit which controls infeed conveyor feed wheel & feed wheel lift; 1-375-HP diesel engine; 1-magnetic head pulley with stainless steel collector; 1-spare tire & rim; 1-water suppression system;1-4" modified diamond screen; 1-modified diamond screen; 1-extra set of cutter holders; 1-extra set of bolts & locknuts for fixed cutter holder;1-extra set 1/2" wide carbide heat-treated cutting bits with bolts; 1-extra set of bullet fan teeth with bolts; 1-extra set of 5/80 wide fan teeth with bolts; 1-extra set of 1" wide fan teeth with bolts; 2-copies of parts, maintenance, operators manuals; electrical, hydraulic and structual diagrams & schematics; 1-8 hr day of operator trng, including necessary trng and materials; Painted green with white lettering; Minimum one yr warranty on all parts & labor. Unit shall caarry the manufacturer's service & warranty policy. Date of delivery is 30 April 99, delivered to bldg 4000, Old Cusseta Rd., Fort Benning, GA 31905. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation. Offers may be submitted on letterhead stationary. As a minimum offers must show: Solicitation Number; time specified in solicitation for receipt of offers; name, address, telephone number of offeror; a technical description of item being offered in sufficient detail to evaluate compliance with requirement in the solicitation; price, and any discount terms; remit to address if different than mailing address; a completed copy of the representation and certifications at FAR 52.212-3; acknowledgement of solicitation amendments (if any). Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations my be excluded from consideration. Offeror agrees to hold the price in its offer firm for a period of 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The Government will award a Purchase Order from this soliciatation to the responsible offeror whose offer conforming tothe solicitation meets the exact specifications or exceeds the specifications in the solicitation and will be the most advantageous to the Government, price and other factors considered. The clause at FAR 52.212.4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Changes in the terms and conditions of this Purchase Order may be made only by written agreement of the parties. This Purchase Order is subject to DFARS Clause 252.0204-7004, Required Central Contractor Registration (Mar 1998), and DFARS Clause 252.232-7009, Payment by Electronic Funds Transfer (CCR) (Jun 1998) (Reference 32.1103). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies and incorporated into this Purchase Order. Responses due 2 April 99, 1400 hours local time. Request responses be faxed to VERA COOPER, FAX NO: 706-545-6528. NO PHONE CALLS PLEASE. NOTE: All responsible Small Business sources may submit an offer. Posted 03/17/99 (A-SN309447). (0076)

Loren Data Corp. http://www.ld.com (SYN# 0222 19990319\32-0001.SOL)


32 - Woodworking Machinery and Equipment Index Page