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