Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2005 FBO #1377
SOLICITATION NOTICE

36 -- ASEPTIC PACKAGING UNIT

Notice Date
9/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
102-0127
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Description
The USDA, Agricultural Research Service (ARS), Food Safety Intervention Technologies Unit is seeking to purchase an Aseptic Packing Unit. USDA requires a contractor to provide all labor, equipment, materials, tools, assembly and supervision to furnish, deliver and install an Aseptic Bag Packing Unit at the Wyndmoor, PA location. The equipment will be used to package fruit and vegetable juices, liquid purees, and liquid egg products. The Aseptic Packing Unit is to be furnished and delivered (F.O.B. Destination within Consignee=s Premises) to the USDA, ARS, Eastern Regional Research Center located in Wyndmoor, Pennsylvania; in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2005-5), 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. The NAICS is 333993. The Solicitation number 102-0127, is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS ? The contractor shall furnish and deliver and install a new aseptic packaging unit, accessories, sterile storage bags, and spare parts kit in accordance with the terms conditions, and specifications contained in this document. Furnish and deliver, F.O.B. Destination an Aseptic Packing Unit. The packing unit must meet the following minimum specifications: 1) Controls: The aseptic packing unit shall use an Allen Bradley PLC or equivalent and have process data recording capabilities. 2) Electric wiring: All wiring shall be labeled and meet the National Electric Code requirements. 3) Flow Rate: The aseptic packing unit shall be able to fill the packages at maximum flow rate of 150 liters/hour and a minimum flow rate of 25 liters/hour. 4) Measurement: The aseptic packing unit shall fill the container based on volumetric measurements. The filling process shall be automated, adjustable and repeatable. Considerations shall be made for the lower flow rate and manual fill operations. 5) Air Quality: If instrumentation quality air is required the contractor shall provide filters and drying units as required. 6) Steam Quality: If steam is required for operations, cleaning, or sterilizing the contractor shall provide a steam filter and regulator set. 7) Package size: The aseptic packing unit shall fill a minimal two (2) liter bags to a maximum of a ten (10) liter bags. 8) Footprint: The aseptic packing unit shall have a foot print of no greater than 48? x 24?. 9) Utilities: The following utilities are available at the USDA, ARS, ERRC and the packing shall be designed to accept these facilities without transformation. a) Electric: 110 volt, 60 Hz., single phase; 208 volt, 60 Hz., single phase; 208 volt, 60 Hz three phase; b) Shop Air: 100 PSIG, industrial quality; c) Steam: 125 PSIG, domestic steam (industrial, 95% quality), 15 PSIG culinary steam (clean steam); d Deionized (minimum 20M?), Domestic potable water; 10) CIP/SIP: The aseptic packing unit shall be Clean-in-Place (CIP) and Sterilize-in-Place (SIP) with upsteam equipment. No additional system shall be required to prepare the unit for aspect filling operations. If required, manual adaptors shall be provided that connect the fill head(s) to the CIP return line and SIP drain. 11) Safety: The aseptic packing unit shall be designed such that it will prevent accidental startup and filling operations. If practical, multiple safety devices such as two handed switches shall be incorporated into the design. 12) Labels: All labels shall be in English. A spare parts kit is required and shall comprise of the necessary components that will be required to rebuild or repair the aseptic packing unit that might fail during normal use. The spare part kit shall include but not be limited to: a) Proximity switches b) Switching relays c) Heater elements d) O-ring and flat seals e) Instrumentation i.e. thermocouples, RTD?s, pressure transducers f) filter elements The liquid foods shall be filled in storage bags and shall meet the following criteria: a) Size: 2 liters b) Sterilized prior to delivery. 12) Software: The contractor shall provide all necessary software and upgrades for the life of the aseptic packing unit. The government may require customization of this software. 13) Training: The contractor shall provide a minimum of one day of training a the USDA, ARS, ERRC for a maximum of 6 people and include all pertinent training materials. Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipment=s component=s and availability. The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis. This is not a request for proposal. No solicitation is available. The items to be furnished shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination Clause to USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane in Wyndmoor, PA. DOCUMENTATION: The Contractor shall provide operations, repair, maintenance manuals, lubrication and service instructions operating instructions and software manuals upon delivery of the equipment. WARRANTY: The Contractor shall provide a one-year commercial warranty on the equipment. The warranty begins from the acceptance date by the Government. ADDITIONAL QUOTATION INFORMATION: The provision at 52-212-1, Instruction to Offerors - Commercial Items (Jan 2005), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature of the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on technical features, and product literature. Each offeror is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. b) Price includes all equipment, accessories, discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (Mar 2005), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003), applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer=s duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery of all items. The Invoice shall be mailed to: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, ATTN: Regina Dennis. 3. Item (o) Warranty is amended to include the following: The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government=s rights under the Inspection clause nor does it limit the Government=s rights with regard to the other terms and conditions of this contract. The Contractor shall provide a copy of its standard commercial warranty with its quotation. USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer. This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.214-21, Descriptive Literature ( Apr 2002); 52.214-34, Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.247-35, F.O.B. Destination, Within Consignee=s Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2005); 52.232-33 Payment By Electronic Funds Transfer -Central Contractor Registration (Oct 2003), applies to this acquisition. Responses are due by 4:00 p.m. local time, on September 23, 2005, at the USDA, ARS, Eastern Regional Research Center, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Purchasing Agent, (215) 233-6553 or fax (215) 233-6485.
 
Place of Performance
Address: USDA, ARS, Eastern Regional Rsearch Center, 600 East Mermaid Lane, Wyndmoor, PA
Zip Code: 19038
Country: USA
 
Record
SN00884615-W 20050903/050901211721 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.