Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,2000 PSA#2664

USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038

66 -- LEASE/PURCHASE A CLAM SHELL, CO-ROTATING, TWIN SCREW EXTRUDER SYSTEM AND ANCILLARY EQUIPMENT SOL 16-3615-00 DUE 082800 POC Lisa M. Botella, Point of Contact, (215) 233-6551, fax (215) 233-6558, Eileen LeGates, Contracting Officer This solicitation was initially published on August 9, 2000 and is replaced in it's entirety with the following: The USDA, Agricultural Research Service requires a co-rotating, Twin Screw Extruder System featuring a horizontally split (Clam-Shell) barrel, and ancillary equipment 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 barreled, co-rotating, Twin-Screw Extruder shall be capable of processing and texturizing a wide range of food products, particularly products containing milk proteins. The basic components of the extruder shall include: (1) horizontally-split (clam-shell) barrel design, (2) 50 mm barrel bore, (3) barrel length to diameter ratio, not less than 25:1, (4) barrel shall be divided into no less than 10 longitudinal zones having cooling jackets and heaters capable of simultaneously and/or independently maintaining set point temperatures from -20 to 170 degrees Celsius in continuos operation,(5) die assembly and, (6) die face product cutter, (7) Control Panel; (8) standard electronic controls, (9) personal computer, data logger and printer, (10) application software and (11) ancillary equipment including but not limited to dry feeders, pumps, die heaters. 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 equipment and software and Historical Trending. The USDA, ARS, Wyndmoor, PA intends to negotiate a commercial leaseto 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. SECOND OPTION PERIOD: October 1, 2001 through September 30, 2002. Item 03 -- 12 MOS., $______ $_______ -- Lease Extruder and ancillary equipment identified herein. SCHEDULE OF ITEMS FOR PURCHASE: ITEM 04 -- 1-EA $_______ The Contractor shall provide all necessary equipment, labor, transportation to deliver, assemble and set up a Clam-Shell, co-rotating, Twin Screw, Extruder System and components in accordance with the terms, conditions, drawings and specifications contained in this document. ITEM 05- 1-EA, $_______ Furnish and install a Loss-In-Weight Powder Feeder and Hopper. ITEM 06- 1-EA, $_______ Furnish and install a Liquid Pump System. ITEM 07- 1-EA, $_______ Furnish and install a Temperature Controlled Die Assembly. ITEM 08- 1-EA, $_______ Furnish and install a Rigid Blade Product Cutter. ITEM 09- 1-EA, $_______ Furnish and install a standard Control Panel. ITEM 10- 1-EA $_______ Furnish and install a Personal Computer, Data Logger and Printer. ALL THIS FOR A LUMP SUM OF: $______________. OPTIONS INCLUDE: ITEM 11- 1-EA, $_______ Furnish and deliver a Flexible 2-blade cutter knife. ITEM 12- 1-PER UNIT, $_______ Furnish and deliver an Optional screw package. ITEM 13- 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% SECOND OPTION PERIOD within 60 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 -- 1. Barrel construction shall be a modular clam-shell barrel, split on the horizontal center-line to provide operator access for general cleaning, 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 sections 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. Barrel shall be divided into no less than 10 longitudinal zones having cooling jackets and heaters capable of simultaneously or independently maintaining set point temperatures from -20 to 170 degrees Celsius in continuos operation. 2. The clam shell, co-rotating, twin screw extruder shall be provided as 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 greater, and shall be capable of transmitting 28 kW at a maximum screw speed of 500 rpm continuous duty. The bearings, thrust packs and gears shall be sized anticipating at least 25,000 hours service at full load prior to replacement. 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. 3. 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. 4. 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. Shafts shall be provided with seals at the inlet end to prevent product loss/contamination. 5. 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. 6. All major components shall be mounted on a singular frame, allowing the system to be moved without disassembly. The frame is to provide a foundation for the machine allowing it to be leveled and run without any additional foundations. The assembled system shall be no larger than 15 feet long, 6 feet wide, and 10 feet tall. System shall be designed for cleaning by washdown with hoses. All exposed surfaces should pitch to drain with no pocketting. 7. Independent barrel zones shall be provided with temperature controls with one (1) control thermocouple per zone. Heating shall be 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. 8. 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. Control panel and equipment wiring shall meet or exceed the NEMA 4 standard. Available power at Eastern Regional Research Center is 208V, 3PH, 60 hz with neutral available. Contractor shall provide any necessary transformers. 9. The Extruder includes the following Ancillary Equipment. The electronic controls are mounted in the operator panel: A. Loss-in-Weight Powder Feeder including dry ingredient hopper with high & low level probes. B. Liquid Pump System with two reservoir tanks and two positive displacement pump heads with variable stroke, and closed loop liquid controls. C. 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). Contractor shall supply four (4) typical die inserts and four (4) typical die plates. D. Product Cutter with one (1) rigid blade. Upgrade capability for a flexible 2-blade knife assembly. E. Control-Panel -- Programmable Logic Controller (PLC) with PC-based Operator Interface Terminal (OIT) running application software, providing automatic and manual control of all the variables in the process via a color screen. F. 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. G. Optional equipment shall include a 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. H. The System shall be capable of upgrade to include at a minimum: historical trending and Video Camera equipment and software. I. 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 require occasional 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 9 feet-11 inches wide and 8 feet 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 180 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 180 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 the equipment for 1 month, a down payment (20% of the purchase price) and Set-up charges (if any) and end of lease buy-out price. (2) Price of lease for 1 year with monthly payments, and the monthly buy-out price at any time during the lease period; (3) Price of lease for the 2nd year with monthly payments, and the monthly buy-out price at any time during the lease period; (4) the Out-right purchase price of all the equipment. (5) Price of all the optional 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 firm for 60 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 solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and will be scored on "Pass/Fail" and lowest price: (i) Technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) HUBZone Small Business Concern Price Evaluation Preference (iv) price. Technical and past performance, when combined, are equal when compared to 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 the lease agreement, 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 of three (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 Posted 08/11/00 (W-SN485088). (0224)

Loren Data Corp. http://www.ld.com (SYN# 0306 20000815\66-0005.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com