Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,2000 PSA#2591

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

36 -- BALER WITH FEED CONVEYOR SOL N00244-00-T-0866 DUE 051500 POC Contract Specialist Bill Archambeault,(619)532-2894;(619)532-2575(fax) WEB: Click here to find more information on FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact Contract Specialist (619)532-2894;, William_R_Archambeault@sd.fisc.navy.mil. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued; proposals are being requested and a written solicitation will not be issued. The solicitation number for this Request for Quote is N00244-00-T-0866. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. This solicitation is issued on a restricted basis as a 100% small business set-aside. The Standard Industrial Code is 3559 and applies to businesses with less than 500 employees. FISC San Diego has a requirement for one baler with conveyor. Statement of work/specifications: 1) One horizontal baler, hydraulically operated, side eject, with feed conveyor, 2) Unit to have salient characteristics of a Marathon TR-8-4D or equal(two ram horizontal baler) with end feed conveyor, capable of processing all fiber grades (sorted office paper, computer paper, newspaper, magazines and heavy cardboard), 3) Dimensions not to exceed 20'10"" x 59" x 105", and preferably without the need for separate fluffer equipment, 4) Bale size not to exceed 30" x 60" x 42", 5) Hydraulic bale eject/server island, 6) Conveyor switch control, 7) Access door and interlock switch in hopper, and "easy to replace" baling chamber surfaces (i.e., wear-resistant or replaceable liners), 8) Provide hydraulic oil required to operate unit, 9) Provide 5 bundles(spools) of baling wire, 10) Provide a site requirements list for installation within 14 days after award of contract. Voltage requirement is 208/230. Preparation of site will be completed by requiring activity, 11) Contractor shall provide 14 days notice prior to delivery of equipment, 12) Four sets of technical manuals shall be delivered with equipment. Manuals shall be the manufacturer's standard commercial publication, 13) Contractor shall install the equipmentat the requiring activity within 20 days after delivery, 14) Contractor shall provide all labor and resources necessary for installation. Requiring activity will provide an electrician to connect power in accordance with local regulations, 15) Contractor shall validate installation by operating equipment in all modes and evolutions for which it is intended, and verify performance is within design parameters, 16) Contractor shall provide eight hours of training for up to 12 personnel at the receiving activity after installation and start-up, and within 30 days of delivery of equipment. Contractor shall provide all labor and resources for training, and shall have a prepared training agenda. Training shall be conducted by an expert in the operation and maintenance of the equipment, and shall include warranty provisions related to the equipment. The Contractor's Operation and Maintenance Manual shall be used as a training aid, 17) Warranty period shall not be less than 12 months, to begin on the date shown on the proof of shipping, 18) Equipment shall be a standard product of the Contractor and shall have been marketed and in commercial field use for at least two years prior to the RFQ closing date. Product improvements are acceptable, 19) When specific items are not stated herein, all items listed as standard equipment in the contractor's published specification brochures and catalogs shall be furnished, 20) Delivery is to Naval Air Station Joint Reserve Base, Environmental Department/Code 110, Building #1520, Fort Worth, Texas, 76127, Attention: Paul Bailey (817)782-5367/DSN 739-6037. Inspections and acceptance will be done by the Receiving Officer. The following clauses and provisions are applicable and hereby incorporated into the solicitation by reference and will be provided by the Contracting Officer in full text upon request. FAR 52.212-1; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4; FAR 52.212-5; FAR 52.211-6, Brand Name or Equal; FAR 52.222-26; FAR 52.222-35; FAR52.222-36; FAR 52.222-37; DFAR 252.212-7001; Contract Terms and Conditions; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.212-2, Evaluation-Commercial Items: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability, and past performance. Technical capability and past performance, when combined, are approximately equal to price. b) Option periods are not applicable to this solicitation. c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation criteria: Technical capability will be determined by three factors, 1) Has the Contractor submitted proof that the requirement or brand name equal was sold and installed within the last two years? 2) Has the Contractor submitted descriptive literature of the equipment? and 3) Does the proposed product meet or exceed the salient characteristics of the equipment in the solicitation? Past Performance information shall be in the form of three references and points of contact for similar items sold and installed within the last two years? Responses from responsible offerors and inquiries may be faxed to Bill Archambeault at (619) 532-2575. Offerors MUST be registered with the Central Contractor Registration. No phone calls, please. ****Note 1 Posted 04/28/00 (W-SN449646). (0119)

Loren Data Corp. http://www.ld.com (SYN# 0164 20000502\36-0001.SOL)


36 - Special Industry Machinery Index Page