Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,2000 PSA#2565

38 -- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT PART: U.S. PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38 -- Construction, Mining,Excavating,and Highway Maintenance Equipment OFFADD: Directorate of Contracting, Attn:AFRC-FMH-DOC, BLDG 238, Fort Hunter Liggett, CA 93928-7100 SUBJECT: 38 -- ROCK CRUSHER WITH SCREEN AND WASH UNIT SOL DAKF61-00-Q-0038 DUE 042400 POC: Colleen C. Broussard-Perry, Contract Specialist, (831) 386-3078 DESC: This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the Simplified Acquisition Procedures in 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 written solicitation WILL NOT BE issued. This solicitation is issued as a Request for Quotations (RFQ) under DAKF6100Q0038. This request for quotations and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This action is Set-Aside 100% for Small Business; the Standard Industrial Classification (SIC) Code is 5082 with a size standard of 100 employees. A fixed price contract is anticipated for one (1) line item. CLIN 0001, Quantity 1 EA, ROCK CRUSHER, WITH SCREEN AND WASH UNIT to be used by Road and Grounds personnel to crush rocks to be use as decomposed granite(DG) for walk and road ways and various other road work. The Government is interested in obtaining performance and physical features similar to those offered by the Crush Boss Model 4128, Diesel Powered Portable Closed Circuit Plant Horizontal Shaft Impactor with Feed Opening of 22" by 29", Four Bar Rotor with Reversible High Chrome Blow Bars, targeted physical features Hydraulic Lid Opening, 36" by 12" VGF Long Adjustable Grizzely Section A/R Replaceable Liners, 20 hp Electric Motor with Variable Frequency Drive, Load Hopper and Skid Mount Support, 5" by 12" Double Deck Screen 10 hp Motor A/R Lined Feed Box and Discharge Lips, 36" Under Screen Conveyors 15 hp Wrap Drive, 18" Side Discharge Conveyors 3 hp Drives, 18" Return Conveyor 7.5 hp Wrap Drive, CAT 3306 Diesel Motor 300 hp with Twin Disk Clutch to drive impactor and generator, Kato 75KW Generator with electrical switch gear to Run Plant Plus Plug-In Receptacles to Run Off-Plant. Other targeted physical features Hydraulic Stabilizer 50,000 pound Jacking Legs with Stiff Leg,31,000 pound Jacking Legs with Stiff Leg, Gas Powered Hydraulic Pump and Reservoir with Valve and Hydraulic Lines, Triple Axle Carrier with 11 by 22.5 Tires and Rims, Air Brakes, Mud Flaps, Lights, King Pin, Cat Walk and Ladders. Crusher must meet all OSHA Safety requirements and include operations and owners manuals. Award will be made to that quote which represents the best overall value to the Government. Required delivery of Crusher is 120 days after contract award with acceptance and FOB point at destination. Delivery will be to the Director of Logistics, Building 232, Fort Hunter Liggett, CA 93928-7001. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil/. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Certifications-Commercial Items apply to this acquisition.The provision at FAR 52.232 Evaluation-Commercial Items is included. Paragraph(a)is completed as follows: The factors to be used in the evaluation of offers are (1) technical capability of the item to meet stated requirement, (ii) price, and (iii) past performance; paragraph (b) is completed as follows: Technical and price factors are similar in value and are each significantly higher in value than past performance. To evaluate technical capability of item offered, offeror must submit literature demonstrating product's physical and performance features. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies (no addenda). FAR 52.232-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.203-6, Restrictions or Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-26 Equal Opportunity, 52.222-25, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside applies. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items applies with the following applicable clauses in paragraph (b): 252-225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252-243-7002, Certification of Requests for Equitable Adjustment. Also included are the following DFARS Provisions and Clauses: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7002, Qualifying Country Sources as Subcontractors. In accordance with FAR 39.106, the Contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practices (i.e., quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number (DAKF61-00-Q-0038), Offeror's complete mailing address and remittance address, discount terms unit price, anticipated delivery time after award, terms of any express warranty, literature demonstrating physical and performance features of offered product, DUNS number, and COMPLETED 52.212-3, Offeror Representation and Certifications-Commercial Items. Quotes and applicable literature must be received at Directorate of Contracting, Building 238, Fort Hunter Liggett, CA 93928-7001 NO LATER THAN 1630 GRS (PST) 21 APR 2000. Person to contact for additional information regarding the RFQ is Colleen C. Broussard-Perry, Contract Specialist, (831) 386-3078, FAX (831) 386-2834, colleen.perry@liggett-emh1.army.mil. Numbered Note 1 100% SB Set-Aside applies. WEB: click here to download copy of FAR 52.212-3 Offeror, http://farsite.hill.af.mil/. E-MAIL: colleen.perry@liggett-emh1.army.mil, colleen.perry@liggett-emh1.army.mil. Posted 03/23/00 (W-SN437673).

Loren Data Corp. http://www.ld.com (SYN# 0432 20000327\SP-0012.MSC)


SP - Special Notices Index Page