COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660 USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid
Lane, Wyndmoor, PA 19038 66 -- LEASE/PURCHASE A CLAM SHELL, TWIN SCREW EXTRUDER SYSTEM AND
ANCILLARY EQUIPMENT SOL 16-3615-00 DUE 082300 POC Lisa M. Botella,
Point of Contact, (215) 233-6551, fax (215) 233-6558, Eileen LeGates,
Contracting Officer The USDA, Agricultural Research Service requires a
Clam-Shell, co-rotating, Twin Screw Extruder System and Components to
be furnished, delivered (F.O.B. Destination, within Consignee's
Premises), and installed to the USDA, ARS, NAA, Eastern Regional
Research Center located in Wyndmoor, Pennsylvania, in accordance with
the terms, conditions, and specifications contained in the document.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the Format in Subpart 12.6, as supplemented with
additional information included in this notice. The Solicitation number
16-3615-00 is issued as a Request for Proposal (RFP). The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-17. This procurement is
unrestricted. The Standard Classification Code (SIC) is 3556, the NAICS
is 333294 and the small business size standard is 500 employees.
CONTRACTORS WHO ARE INTERESTED IN RECEIVING THE SOLICITATION AND/OR ANY
FUTURE AMENDMENTS MUST REGISTER IN WRITING TO BE INCLUDED ON THE
MAILING LIST WITH THE CONTRACTING OFFICE LISTED ABOVE. Interested
parties must submit their requests in writing via facsimile to (215)
233-6558. All request must include a telephone number, facsimile
number, full mailing address with nine digit zip code, and current
business classification (small business, small disadvantaged business,
etc.). The Clam-Shell, co-rotating, Twin-Screw Extruder shall be
capable of processing a wide range of food products, particularly
products containing milk proteins. The basic components of the extruder
shall include: (1) clam-shell design, (2) 50 mm barrel bore, (3) barrel
length to diameter ratio, not less than 25:1, (4) standard electronic
controls, (5) die assembly and, (6) die face product cutter, (7)
Control Panel; (8) personal computer, data logger and printer, and (8)
application software. The system shall also include the following
optional components which may be purchased in the future as required by
the research program and/or when funding becomes available: (a) one
each, flexible 2-blade cutter knife; (b) screw package for replacement
parts; (c) option upgrade to a touch screen control panel and
software; (c) optional equipment and/or components offered by the
manufacturer. The system shall be capable of expanding the equipment
and software to include Video Camera capability and Historical
Trending. The USDA, ARS, Wyndmoor, PA intends to negotiate a commercial
lease to purchase contract for this equipment and components. The lease
to buy agreement will be established based on the preferred
annual/monthly payment program provided as identified on the offer
schedule. A Lease to Purchase Agreement is required because program
funding is not currently available for the entire system purchase. The
Government may purchase this equipment out-right should funding become
available. Consequently, each offeror is required to provide separate
pricing for the Lease and for the Purchase of this equipment. SCHEDULE
OF ITEMS FOR LEASE: INITIAL PERIOD OF PERFORMANCE: September 1, 2000
through September 30, 2000. Item 01- 1-EA, $______ -- Furnish, deliver
and install the equipment identified herein. Item 01A -- 1-EA,$_______
Down Payment (20% of the purchase price.) ITEM 01B -- 1-LOT, $______ --
Set-up Charges, (if any)- $_______ . FIRST OPTION PERIOD: October 1,
2000 through September 30, 2001. Item 02 -- 12 MOS., $______ $_______
-- Lease Extruder and ancillary equipment identified herein. SCHEDULE
OF ITEMS FOR PURCHASE: ITEM 03 -- 1-EA $_______ The Contractor shall
provide all necessary equipment, labor, transportation to deliver,
assemble and set up a Clam-Shell, Twin Screw, Extruder System in
accordance with the terms, conditions, drawings and specifications
contained in this document. ITEM 04- 1-EA, $_______ Furnish and install
a Loss-In-Weight Powder Feeder and Hopper. ITEM 05- 1-EA, $_______
Furnish and install a Liquid Pump System. ITEM 06- 1-EA, $_______
Furnish and install a Temperature Controlled Die Assembly. ITEM 07-
1-EA, $_______ Furnish and install a Rigid Blade Product Cutter. ITEM
08- 1-EA, $_______ Furnish and install a standard Control Panel. ITEM
09- 1-EA $_______ Furnish and install a Personal Computer, Data Logger
and Printer. ALL THIS FOR A LUMP SUM OF: $______________. OPTIONS
INCLUDE: ITEM 10- 1-EA, $_______ Furnish and deliver a Flexible 2-blade
cutter knife. ITEM 11- 1-PER UNIT, $_______ Furnish and deliver an
Optional screw package. ITEM 12- 1-EA, $_______ Furnish and deliver a
Touch Screen Control Panel. All equipment and equipment components
shall be fabricated with new materials in accordance with FAR 52.211-5.
Used materials are unacceptable. LEASE PAYMENT TERMS AND
SCHEDULE-Payment shall be made upon inspection and acceptance by the
Government in accordance with the Schedule of Items, and as follows:
25% Down Payment due upon placement of the order; 38% FIRST OPTION
PERIOD due 60 days after exercise of option; and 37% within 180 days
after exercise of option. CONVERSION TO PURCHASE -- (a) The Government
may purchase the Extruder and ancillary equipment covered by this
lease. Purchase may take place at any time during the period of the
lease including any extension thereof. (b) The purchase price shall be
determined by a purchase conversion table provided by the Offeror with
its price proposal. The purchase conversion table shall include an item
by item, calendar year by calendar year purchase price for the entire
period of the contract. One hundred percent (100%) of all paid lease
costs shall be deducted from the appropriate calendar year purchase
price to determine the amount of funding required to purchase the
system. SYSTEM REQUIREMENTS -- The texturizing extruder shall have a
barrel design and jackets capable of simultaneous or independently
heating and cooling in the heating range from room temperature to 170
degrees Celsius and cooling from room temperature to 20 degrees below
zero in a continous operation. The clam shell, co-rotating, twin screw
extruder shall be providedas one complete unit with a rated motor
capacity of 28 kW (37 HP) 1,750 rpm constant torque DC main drive
motor. The Splitter/reduction gearbox shall have a reduction ratio of
3.5:1 or better, and shall be capable of transmitting 28 kW at a
maximum screw speed of 500 rpm for 24 hour/day operation. The bearings,
thrust packs and gears shall be sized for extended life. The Contractor
shall include a mechanical overload protection by means of a torque
limiter situated between the main drive motor and gearbox. The
Contractor shall include electrical overload protection by means of
current limits in the main drive control. Machine construction shall be
of a structure that provides a foundation with structural integrity.
The base frame is to provide structural integrity, and the special
foundation required shall be leveled on the floor, able to withstand
the weight of the machine. Drive system shall have an in-line drive
from main drive motor to splitter/reduction gearbox with no chains or
belts. Gearbox lubrication system for continuous oil circulation
comprising pump, filter, oil cooler, pressure indicator and flow switch
with automatic shut-down in the event of low flow rate shall be
provided. Barrel construction shall be a modular clam-shell barrel,
split on the horizontal center-line to provide operator access for
complete sanitation of the liner surfaces, screw configuration changes
without removal of the screw shafts, product inspection following a
'dead stop'. Barrel shall be constructed in at least 5 zones each of
250 mm long modules, with liners in wear-resistant, through-hardened
steel alloy or stainless steel. Bi-metallic barrel liners shall be
provided for optimum wear resistance. The screw shafts shall be of
hexagonal cross-section for ease of screw configuration set-up. The
Contractor shall provide for quick release of couplings for shaft to
allow for easy removal when required. Independent barrel zones shall be
provided with temperature controls with one (1) control thermocouple
per zone. Heating shallbe by electrical resistance with at least four
(4) 'cartridge' heaters per zone. Cooling by water and coolant rated to
provide desired cold extrusion conditions in the general specification,
circulating through drilled channels with one (1) or more control
solenoids per zone. Coolant manifolds for the first 15D and final 10D
of the machine shall be piped separately. General purpose screw package
shall include: Screw components constructed in through-hardened,
400-series stainless steel. Two (2) sets of the following types as
indicated: (6)-1.5D long x 1.0D pitch Twin Lead Feed Screw; (10)-1.0D
long x 1.0D pitch Twin Lead Feed Screw; (78)-0.25D long-Bi-Lobal
Paddles; (6)-1.0D long x 0.25D pitch-Single Lead Screw; (4)-0.5D long
x 0.25D pitch-Single Lead Screw; (2)-1.0D long x 1.0D pitch-Twin Lead
Discharge Screw; (2)-1.0D long x 0.25D pitch-Single Lead; Discharge
Screw; four (4) typical die inserts and four (4) typical die plates
shall be included. Electrical Control System shall be factory pre-wired
control panel with all necessary controls including: Mains Isolator,
Main Drive Control, Temperature Control, Alarms and Indications,
Emergency Stop, and Controls for all Ancillary Equipment supplied. Only
the main power connection and interconnections between the control
panel and the extruder are required to be made at site. The Extruder
includes the following Ancillary Equipment. The electronic controls are
mounted in the operator panel: 1. Loss-in-Weight Powder Feeder
including dry ingredient hopper with high & low level probes. 2. Liquid
Pump System with two reservoir tanks and two positive displacement pump
heads with variable stroke, and closed loop liquid controls. 3.
Temperature Controlled Die Assembly with die insert holder, suitable
for die plates. The temperature ranges shall be equal to those
identified in Section A.5(A)(1). 4. Product Cutter with one (1) rigid
blade. Upgrade capability for a flexible 2-blade knife assembly. 5.
Control-Panel -- Programmable Logic Controller (PLC) with PC-based
Operator Interface Terminal (OIT) running application software,
providing automatic control of all the variables in the process via a
color screen. 6. Personal Computer Data Logger, and Printer shall be a
minimum of Pentium III, 300 processor or equivalent with Windows95
operating system, software upgrades, 64 mb RAM; 24GB hard drive,
read-write CD ROM and 3-1/2" floppy disk drive storage; communication
card,; ports for the external key board, mouse, and Laser Jet Printer
V. 7. Optional equipment includes screw package for replacement parts
and one (1) flexible 2-blade cutter knife assembly and a touch screen
control panel upgrade. Include a list of available options and pricing.
8. The System shall be upgradable to include the historical trending
and Video Camera capability. 9. Service Agreement availability and
pricing. SAFETY -- The unit shall be designed to prevent operation in
an unsafe condition. It shall meet all OSHA, NEMA and other relevant
codes. SERVICE REQUIREMENTS -- All components that requireoccasional
service shall be readily accessible. Special tools required for normal
servicing shall be provided with the unit. Individual point
lubrication is acceptable. DESCRIPTIVE LITERATURE-Companies are
REQUIRED to submit descriptive literature on the product being offered.
Descriptive literature shall be submitted with the offer even if it has
been submitted previously. This literature MUST address all aspects
outlined in the specifications. If an area is not addressed in the
literature, companies must submit a written substantive statement
describing such area. Failure to submit descriptive literature may
render the offer non-responsive. PACKING AND SHIPPING -- The Contractor
shall pack each item for shipment in a new container in such a manner
that will ensure acceptance by common carrier and safe delivery at the
destination. Containers and closures shall comply with the Interstate
Commerce regulations, Uniform Freight Classification rules, or
regulations of other carriers as applicable to the mode off
transportation. The unit must be delivered through a door having an
opening of 10 feet wide and 11 feet-8 inches high. Inside the building,
a 5-ton crane and a 2-ton fork lift truck are available for unloading.
ADVANCE NOTIFICATION OF DELIVERY -- The Contractor shall provide the
addressee advance notification of delivery. Such notice shall be
provided in writing, not less than two (2) weeks prior to delivery. The
Contractor shall provide at least 24 hours advance notice to the COR
prior to actual delivery. Collect calls will not be accepted. DELIVERY
INFORMATION -- Time of delivery is a factor in determining purchase.
Any quotations offering a delivery time that exceeds 90 calendar days
after receipt of order will be considered nonresponsive on the basis
that the time for delivery offered is unreasonable. Delivery Time if
time stated is Unacceptable: "Offeror offers delivery at the
destination specified herein within ___ calendar days after receipt of
the purchase order." The government may reject any quotation that
offers a later delivery date than below. DELIVERY TIMEFRAME -The
item(s) listed in the Schedule shall be delivered F.O.B. Destination
(within Consignee's Premises), to the USDA, ARS, Eastern Regional
Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038-8598, within
90 days after receipt of the purchase order. After installation and
connection to all services by USDA, the Contractor shall demonstrate
start-up and operation within two weeks after notification by the USDA
that the unit is ready. HOURS FOR DELIVERY-The item(s), as specified
in this document, shall be delivered between the hours of 8:30 a.m. and
3:30 p.m., Monday through Friday (excluding Federal holidays), to the
following address: USDA, ARS, North Atlantic Area, Eastern Regional
Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn.:
Shipping and Receiving. All shipments shall identify the purchase order
number on the label. INSTALLATION AND TRAINING-The Government shall
provide all exterior wiring for the equipment. The Contractor shall
demonstrate start-up operation and provide training to three (3)
employees within two (2) weeks after notification of installation by
the USDA. DOCUMENTATION-The Contractor shall provide two (2) copies
each of the operation, repair, maintenance manuals, lubrication and
service instructions, operating instructions and three (3) copies of
all diagrams and schematics for this equipment. The schematics for the
equipment shall be delivered to the COR within 30 days after award
notice. The manuals and instructions, etc., shall be submitted with the
equipment at time of delivery. All documentation shall identify the
purchase order number on the label. ADDITIONAL OFFER INFORMATION-No
telegraphic or facsimile offers shall be accepted. The following
provisions apply to this acquisition: FAR 52.212-1, Instruction to
Offerors-Commercial. ADDENDA TO FAR CLAUSE 52.212-1: Separate pricing
is required for the Lease and for the Option to Purchase this
equipment. Offerors shall submit the following pricing information: (1)
Price of lease to own the equipment for 1 month, and end of lease
buy-out price. (2) Price of lease to own the equipment for 1 year,(2)
Price of lease for 1 year with monthly payments, and the monthly
buy-out price at any time during the lease period; and (3) the
Out-right purchase price of the equipment. Submit your proposal (see
D.8), acknowledgement of amendments (if any), descriptive literature,
warranty information, and the Certifications at FAR 52.212-3, Lease
Agreement, Service Agreement information, optional equipment list and
pricing to: Lisa M. Botella, USDA, ARS, North Atlantic Area,
Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item
(c) Period for acceptance of offers is amended to include the
following: The offeror agrees to hold the prices in its "lease" offer
firm for 90 calendar days from the date specified for receipt of
offers. The offeror agrees to hold the prices in its "purchase" offer
firm for 180 calendar days from the date specified for receipt of
offers. FAR 52.212-2, Evaluation -- Commercial Items, the Government
will award a contract resulting from this combined
synopsis/solicitation to the responsible offer whose proposal,
conforming to this synopsis/solicitation, will offer the best value to
the Government, to include technical capability, past performance, and
price. Addendum to FAR 52.212-2 EVALUATION FACTORS -(A) TECHNICAL
CAPABILITY INFORMATION: Technical capability will be based on product
literature, technical features, deliver, and/or warranty provisions.
Each offeror is required to submit warranty and descriptive literature
or other documentation; manufacturer or brand name and model of the
items; and show how the offered product meets or exceed the
requirements as specified in the specifications above. Each offeror
shall also include information on available optional equipment and
service agreements and the respective costs. (B) PAST PERFORMANCE: In
order to be considered for a contract award, Contractors shall provide
a list ofthree (3) contracts of a similar nature and complexity that
they were awarded within the past five (5) years or that is/are
currently in force. This information must be submitted at time of offer
submission. For each contract, list the following: 1. Name, address,
and telephone number of the contracting organization, the Government's
Project Officer and Contracting Officer. 2. Contract number, type, and
dollar value. 3. Date of contract and period of performance. 4. List
any contract(s) terminated for convenience or default (partial or
complete) within the past three (3) years. Include the contract number,
name, address, and telephone number of the terminating officer. (C)
PRICE: Price shall be based on the overall cost of the unit including
shipping, installation, warranty and discount terms, HUBzone evaluation
criteria, and any options. Offerors shall include a complete copy of
the provisions at FAR 52.212-3, Offeror/Representation and
Certifications-Commercial Items, with their offer. FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items applies to this
acquisition. ADDENDA TO FAR CLAUSE 52.212-4 -- 1. Item (a) Inspection
and Acceptance is amended to include the following: AGAR 452.246-70
INSPECTION AND ACCEPTANCE (FEB 1988). (b) Inspection and Acceptance
shall be performed at destination. 2. Item (g) Invoice is amended to
include the following: The invoice shall be submitted in an original
and one copy after delivery and installation of all items. The Invoice
shall be mailed to: USDA, ARS, North Atlantic Area, Eastern Regional
Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn.: Lisa
M. Botella. 3. Item (o) Warranty is amended to include the following:
A standard commercial warranty is required for this equipment. A copy
of the warranty must be provided with the offer. FAR 52.212-5, Contract
Terms and Conditions Required To Implement Statutes or Executive
Orders-Commercial Items applies to this acquisition. The following FAR
clauses cited in 52.212-5 are applicable to this acquisition for
supplies: 52.203-6, Restrictions on Subcontractor Sales to the
Government; 52.219-4, Notice of Price Evaluation Preference for HUBZONE
Small Business Concerns; 52.219-8, Utilization of Small Business
Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21,
Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;
52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era
Veterans; 52.222-36, Affirmative Action for Workers with Disabilities;
52.222-37, Emplo Posted 08/05/00 (W-SN482875). (0218) Loren Data Corp. http://www.ld.com (SYN# 0322 20000809\66-0001.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 7, 2000 by Loren Data Corp. --
info@ld.com
|
|
|