Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 30, 2001 PSA #2903
SOLICITATIONS

66 -- METAL DETECTION SYSTEM

Notice Date
July 26, 2001
Contracting Office
Contracting Office, Tooele Army Depot, P.O. Box 839, Building 9, Tooele, Utah 84074-5020
ZIP Code
84074-5020
Solicitation Number
DAAA14-01-T-0126
Response Due
August 13, 2001
Point of Contact
Paula K. Kramer, (435) 833-5063
E-Mail Address
NA (NA)
Description
17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance (iaw) with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued!! 17(ii). The solicitation number DAAA14-01-T-0126 is issued as a Request for Quotation (RFQ)!! 17 (iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27!! 17(iv). This procurement is set-aside for small business concerns under the NAICS 334516 Metal Detection System. The small business size standard is 500 employees!! 17(v). This procurement is for an indefinite-quantity contract with options. Any contract awarded, as a result of this solicitation shall become effective on date of award and continue in effect for a one-year period. Total contract period with all options shall not exceed five (5) years. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders. In order to maintain standardized systems in the field and to ensure compatibility, a single award will be made. There are ten (1) Contract Line Item Numbers (CLINs). CLIN 0001, Base Year: Metal Detection System, Minimum quantity of one (1) each and a maximum quantity of four (4) each. CLIN 0002, Base Year: Operation and Maintenance Manuals. Minimum quantity of one (1) each and maximum quantity of four (4) each, Not Separately Priced (NSP). CLIN 0003, Option Year One: Metal Detection System, Estimated quantity of one (1) each. CLIN 0004, Option Year One: Operation and Maintenance Manuals. Estimated quantity of one (1) each, NSP. CLIN 0005, Option Year Two: Metal Detection System, Estimated quantity of one (1) each. CLIN 0006, Option Year Two: Operation and Maintenance Manuals. Estimated quantity of one (1) each, NSP. CLIN 0007, Option Year Three: Metal Detection System, Estimated quantity of one (1) each. CLIN 0008, Option Year Three: Operation and Maintenance Manuals. Estimated quantity of one (1) each, NSP. CLIN 0009, Option Year Four: Metal Detection System, Estimated quantity of one (1) each. CLIN 0010, Option Year Four: Operation and Maintenance Manuals. Estimated quantity of one (1) each, NSP!! 17(vi). Product Information: Flaked TNT and, in the future, other flaked explosives will be gravity fed through the Metal Detection System. The average particle size of the TNT, that is to be handled, is inch x .025 inch, with an average moisture content of >0.1%. The bulk density of TNT is 35 pounds per cubic foot. The product is free flowing with the inlet temperature to the detection system and the outlet temperature from the detection system being ambient. The minimum required capacity of the detection system is 83 pounds of reclaimed TNT per minute. TNT is, of course, an explosive and is hazardous. Application Information: The detection system shall be capable of supporting operations 10 hours per day, 5 days per week, for 52 weeks per year. It will be operated inside of an explosive operations building. The detection system shall be capable of detecting Ferrous, non-Ferrous, and non-magnetic Stainless Steel with sensitivities of 0.5 mm, 0.6 mm, and 0.75 mm respectively. It will be operated in a hazardous environment requiring a Class II, Div 1 Group G rating. Equipment Specifications: The detection system, minus control panel, shall fit within a 2 ft. wide x 2 ft. deep x 3 ft. high envelope. The detection system shall consist of a digital metal detector with a 2-inch diameter anti-static throughput pipe and an automatic reject valve to divert contamination from the product flow. The automatic reject valve shall be designed in such a fashion that material is not pinched or pushed against the pipe walls. The valve shall not contact the system walls during operation and shall provide a minimum of 1/8 inch clearance from metal to metal contact. The discharge shall be 2 inch diameter round outlets. The system shall be assembled in a welded tubular frame with provision for floor mounting and shall have a system malfunction alarm. The system must withstand steam lance wash down including the electrical control components. The detector shall incorporate programmable digital electronics, fast action automatic balance control and automatic performance monitoring. Equipment setup shall be made on a wash down membrane keypad. Access shall be restricted by security code, to prevent tampering. Detection signals shall be shown on a digital readout. The microprocessor shall include a comprehensive set of adjustable timers. The detector construction shall be stainless steel, be waterproof, dustproof, and be built to withstand flow rates and pressures over 5 times the NEMA 4X specifications at distances of 3 to 4 feet. The non-metallic liner shall be bonded to the detector case and them permanently fixed with a stainless steel bezel around the aperture, to eliminate the joint between liner and case, insuring waterproof integrity despite thermal expansion following a hot water wash down. The control panel shall be capable of remote mounting within 10 feet from the system. The throughput tube shall be made of a non-metallic food grade material with external anti-static coating to handle up to 5KV static. The operating mode of the detector display shall indicate the total number of detection signals. The detector shall continuously check its own performance and give an alarm if an electronic fault develops and/or if the selected sensitivity falls by 10%. The system shall have a purge monitoring system with purge ports on head and control box. Solenoids, proximity switches, and alarm bell shall have NEMA 9 ratings. The system shall have heavy duty grounding straps, and the conduit sealed to maintain waterproof integrity. There shall be a pneumatic interlock on the quick remove cover (for cleaning out the diverter zone). Reject confirmation shall be provided which will confirm that contaminated product is actually rejected from the line. Failure from tampering, solenoid and relay failure, air pressure drop, line blockage, and misaligned reject device shall be indicated. Push button reset shall be provided. Ferrous test samples shall be included with the system. Construction Specifications: The Metal Detection System shall conform to the configurations identified in sketch no. 01-03, sheet 1, dated 7-19-01, titled: Bucket Conveyor!! 17(vii). Delivery is desired to be made within thirty (30) calendar days after the effective date of each individual delivery order; FOB Destination; Place of delivery, inspection, and final acceptance is Tooele Army Depot, Building 503, Tooele, Utah 84074!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 00) is hereby incorporated by reference!! 17(ix). The Government will award contract(s) resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: (1) Descriptive Literature; (2) Past Performance; (2) Delivery Terms-ability to meet required delivery schedule; and (3) Price. Factors are listed in their relative order of importance. Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government or local government and private contracts for which the offeror has supplied similar products identified in this solicitation). References should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, current telephone numbers and fax number for each contact. This list is due by the date established for receipt of offers. For evaluation purposes only, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the maximum requirements. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate the Government to exercise option(s). Before the offer's specified expiration time, the Government may accept an offer(s) (or part of an offer(s)), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government is only obligated to the maximum quantities identified for each CLIN. Obligations will be issued under individual delivery orders competed amongst offeror(s) receiving awards for indefinite-quantity contracts. NOTE: The maximum quantities for the base year requirements may be awarded without further competition!! 17(x). Offerors are reminded to include descriptive literature iaw FAR 52.214-21 Descriptive Literature demonstrating technical acceptability, and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 01), and DFARS 252-212-7000, Offeror Representations and Certifications Commercial Items (Nov 95) with its offer/quotation!! 17(xi). FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (May 01) is hereby incorporated by reference!! 17(xii). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 01) and the following FAR clauses cited in the clause are applicable to this solicitation and any resultant contract: (b)(1) 52.222-21, Prohibition of Segregated Facilities (Feb 99); (2) 52.222-26, Equal Opportunity (E.O. 11246); (3) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); (4) 52.222-36, Affirmative Action for Handicapped Workers (29 USC 793); (5) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212) (6) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; (7) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)!! 17(xiii). Additional contract terms and conditions applicable to this procurement are: (i) FAR 52.214-21 Descriptive Literature (May 01); (ii) 52.217-5, Evaluation of Options (Jul 90); (iii) 52.217-7, Option For Increased Quantity-Separately Priced Line Item (Mar 89); (iv) 52.216-18, Ordering (Oct95) Fill-in: Orders may be issued for a one year period from date of contract award; (v) 52.216-19, Order Limitation (Oct 95) Fill-in: $250.00 and 10 calendar days; (vi) 52.216-22, Indefinite Quantity (Oct 95) Fill-in: last day of option period; (vii) 52.216-27, Single or Multiple Award (Oct 95); (viii) DFARS clause 252.204-7004, Required Central Contractor Registration (Mar 00); (ix) 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 95); (x) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 00) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (b)(1) 252.206-7000, Domestic Source Restriction (Dec 91)(10 USC 2304 (c)(3)); (2) 252.225-7001, Buy American Act and Balance of Payment Program (41 USC 10.EO.10582); (3) 252.225-7021, Trades Act (19 USC 2501-2518 and 19 USC 3301 Note); The clauses are incorporated by reference with the same force and effect as if they were given in full text. The full text of solicitation clauses and provisions may be accessed at: http:/www.farsite.hill.af.mil!! 17(xiv). The Defense Priorities and Allocations System (DPAS) assigned rating for this procurement is C9E!! 17(xv). See Note(s) 1 and 13!! 17(xvi). Signed and dated offers, must be original, must be submitted to Tooele Army Depot, Contracting Office, P.O. Box 839, Building 1005, Tooele, Utah 84074-0839, ATTN: Paula K. Kramer, on or before 4:30 p.m., August 13, 2001!! 17(xvii). Requests for Sketch 001 and requests for additional information regarding this solicitation are to be directed to Paula K. Kramer, Contracting Officer (435) 833-5063*****
Web Link
NA (NA)
Record
Loren Data Corp. 20010730/66SOL012.HTM (W-207 SN50T162)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on July 26, 2001 by Loren Data Corp. -- info@ld.com