Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2000 PSA #2688
SOLICITATIONS

39 -- FURNISH AND INSTALL VERTICAL RECIPROCATING CONVEYOR

Notice Date
September 15, 2000
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
ZIP Code
29404-5021
Solicitation Number
F38610-00-T-0033
Response Due
September 20, 2000
Point of Contact
Ken Stempert, Contract Specialist, Phone (843) 963-5163, Fax (843) 963-5183/2850, Email Kenneth.Stempert@charleston.af.mil -- Shirley Blue, Contract Specialist, Phone (843) 963-5169, Fax (843) 963-5183, Email
E-Mail Address
Ken Stempert (Kenneth.Stempert@charleston.af.mil)
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.fedbizopps.gov/. (ii) Solicitation F38610-00-T-0033 is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-19 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20000831. It is the contractors responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition will be 100% small business set-aside. The Standard Industrial Classification Code (SIC) is 3534 with a small business size standard of 500 employees. (v) The 437th Contracting Squadron has a requirement to purchase a Vertical Reciprocating Conveyor for installation at 209 N. Bates Street, Charleston Air Force Base, South Carolina to include all equipment and wiring, to provide a complete turn-key installation/operation. (vi) Each system shall include the following commercial items, Brand Name or equal (NOTE: Offerors are to include within CLIN whether or not they are quoting on an or equal and, if so, provide the manufacturers name, descriptive literature and part number of the item): CLIN 0001 Furnish and Install Vertical Reciprocating Conveyor in strict accordance with the below Statement of Work (SOW), Quantity 1 Lump Sum; Contractor shall furnish all labor, material and transportation required to deliver, set-up, install, and perform all operations necessary to Furnish and install a Vertical Reciprocating Conveyor, Model FM Series P-Flow, Type: Straddle or Approved Equal to move materiel only from the floor to mezzanine level in Bldg T79, War Readiness Section, 437th Supply Squadron. Conveyor Description is as follows: (1) Carriage is constructed of heavy tube and channel with 3/16 inch deck plate and 48 inch high handrails on two sides of the carriage to accommodate a _Z_ loading pattern. Open end (s) of carriage are protected by a snap chain. Carriage is designed to ship as one-piece construction and weights approximately 920 pounds. Overall carriage dimensions are 6 foot 0 inches wide X 5 foot 4 inches long X 8 foot 0 inches high. At the lower level a 5-foot wide by 4-foot long approach ramp will be provided. Lift Capacity: 1000 lbs., Speed 18 FPM, Voltage 3 pH at 60 HZ. Lift Capacity shall be stenciled on each of the four sides of the platform. (2) Columns: Each of two columns are made up of 6 inch wide roll formed structural steel rated at 20 pounds per foot. Columns ship in one piece and are approximately 22 foot 0 inches long. (3) Lift Drive Mechanism: Carriage is lifted and lowered by direct acting hydraulic cylinders in pull mode. Cylinders are activated by a 2.75HP remote mount electric pump motor assembly. Transmission of lifting force is directed from the top of the columns to the carriage using a TruPull cylinder. Note: If duty cycle exceeds 10 cycles per hour, contact factory. Control and Devices: One NEMA 12 rated main control panel and two 3-hole NEMA 12 push button stations are provided to enable full call/send control from one level to any other level. Push button stations are self-maintained, momentary contact, and include a red mushroom E-stop. Physical stops are provided to position the carriage at each level. Control voltage is 24 VAC. (4) Enclosures: Enclosure is required on all non-access sides at each level per the ANSI/ASME B20.1 Safety Standard for Conveyors. Vendor will provide enclosures on three (3) sides at each level. Panels are 8 foot 0 inches high and are constructed of 1/2 inch, 18-gauge, flattened, expanded metal framed in 1-1/2 inch X 1-1/2 inch angle. (5) Gates: Gates with elevator-approved interlocks are required on all access sides at each level per the ANSI/ASME B20.1 Safety Standard for Conveyors. Vendor will supply a 72-inch high, single panel vertical acting gate at each level. Clearance under the raised panel is 84 inch nominal, gateposts are 13 foot 6 inches high. Gates are counterweighted to ease operation. Each gate includes electric mechanical interlock for safe operation of unit. Safety Features: Over travel must be prevented by use of positive mechanical stops. Pressure switch must prevent carriage from drifting during load/unload operations. Redundant overload protection must be provided to positively prevent rise of carriage if loaded to more than 120% of rated capacity. Velocity fuses must prevent uncontrolled descent in the case of hose rupture. Check valves must hold carriage position in the event of a power loss. (6) Paint: Steel in painted with _Pflow Blue_ industrial enamel over primer. Steel is cleaned per SSPC-SP# specifications. (7) OSHA Standards: Must be constructed in accordance with OSHA Standards 1910.00, AFOSH 91-46, Chapter 5, AFOSH 91-2 Paragraph 2.2.6.10 Platforms. (8) Drawings: Shall be submitted once determined the Best Value to the Government and prior to award. (9) Power Source: The Government will provide the required power source within a few feet of the install and the Contractor is required to tie into the power source for full operation. (10) Manuals: Owner_s and installation manuals and electrical schematic will be provided. (11) Warranty: Provide with quote Standard Commercial Warranty Information. (12) Delivery should be FOB destination with shipment destined to, 209 N. Bates Street, Charleston Air Force Base, SC, 29404. (13) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. (viii) The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors -- Commercial Items (NOV 1999), is hereby incorporated by reference. Addendum to FAR 52.212-1 Due to time constraints for advertisement and award a site visit will not be scheduled. Any questions or concerns can be addressed to the below Point of contacts by electronic mail or fax only, no phone calls. Any questions that arise will be posted on this site as contractor questions. Coordination must be done with user POC TSgt Paul Cox, 843-963-4948, for installation. Offers must be lump sum priced according to CLIN 0001 and include legible descriptive literature for an or equal items for evaluation purposes. Solicitation provision at (ix) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2000), with his/her offer. A copy of the Certifications and Representatives can be found at the following website: http://www.arnet.gov. (x) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999) is hereby incorporated by reference. (xi) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 1999) (Deviation) is hereby incorporated by reference. (xii) Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (APR 1999) (Deviation), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 252.225-7001. (xiii) The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. (xiv) There are no applicable Commerce Business Daily numbered notes. (xv) This announcement will close and quotes are due by 2:00 PM (EST) 20 September 2000. Signed and dated offers, to include a lump sum total of CLIN 0001, must be submitted to 437th Contracting Squadron/LGCV, Attn: MSgt Ken Stempert. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may only be submitted via electronic mail or facsimile.(xvi)POC:MSgt Ken Stempert at fax 843-963-5183,or e-mail kenneth.stempert@charleston.af.mil.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F38610-00-T-0033&LocID=514)
Record
Loren Data Corp. 20000919/39SOL001.HTM (D-259 SN497302)

39 - Materials Handling Equipment Index  |  Issue Index |
Created on September 15, 2000 by Loren Data Corp. -- info@ld.com