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