Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
MODIFICATION

99 -- Stainless Steel Belt Conveyors with Underside Cabinet

Notice Date
8/24/2007
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6395-S-07-0070
 
Response Due
8/31/2007
 
Point of Contact
Corinne Nygren, Contract Specialist, Phone 6123363235, Fax 6123702106, - Corinne Nygren, Contract Specialist, Phone 6123363235, Fax 6123702106,
 
E-Mail Address
Corinne.M.Nygren@aphis.usda.gov, Corinne.M.Nygren@aphis.usda.gov
 
Description
**THIS COMBINED SYNOPSIS/SOLICITATION IS BEING AMENDED FOR THE FOLLOWING REASONS: THE CLOSING DATE IS BEING EXTENDED TO SEPTEMBER 6, 2007 AND THE TECHNICAL SPECIFICATIONS ARE BEING CHANGED. PLEASE SEE SECTION (VI) FOR THE TECHNICAL SPECIFICATIONS. ALSO, PICTURES OF THE CURRENT CONVEYOR BELTS WITH CABINETS ARE BEING ATTACHED TO THIS SOLICITATION, HOWEVER, THE CURRENT EQUIPMENT IS NOT THE SAME AS THE CURRENT SPECIFICATIONS.** (i) This is a Combined Synopsis/Solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement and its attachment constitute the only solicitation. Proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract for Three (3) new Stainless Steal (SS) belt conveyors with underside cabinet. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. (ii) This combined synopsis/solicitation request for proposal (RFP), is issued as full and open competition. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text (iv) The NAICS code is 561621 and size standard is $11.5 Million. (v) This combined synopsis/solicitation contains firm fixed price contract line items. The schedule of items is attached along with clauses, statement of work and provisions. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is advantageous to the Government, price and other factors considered. Offeror to provide pricing on the Schedule of Items attached where items proposed shall comply with section (vi) of this combined synopsis. (vi) This requisition is for 3 conveyors. These conveyors must contain close storage space beneath the belt system and must be constructed with Stainless Steel. It will contain a belt contained between two roll bearings driven by a motor on a constant speed. It will contain a start/stop button with an accessible emergency stop button. It must contain security covers covering the rollers corners. Dimensions, measurements and specifications are detailed below. The minimum requirements/specifications for the stainless steel belt conveyor are as follows: Three (3) new Stainless Steal (SS) belt conveyors. Dimensions: 38 inches wide x 5 feet long x 30 inches high. Conveyor Specs: Stainless steel 304, gage 12; All welds grounded and polished; Belt Motor - 1/2 HP drive roller with fixed speed - 120 Volts; Control Box - Combination IEC magnetic starter with disconnect. Pushbutton switch-start/stop; Belt 32 inches wide black PVC approved belt; Bearings - two bolt flange bearings, permanently lubricated; QTR System - Quick belt tensioning device that enables the belt to be cleaned without the need of any adjustments; Return Rollers - individual PVC return rollers; Legs 1 1/2 inches SS 304 gage 16 tubing with articulated foot; Guides - no guides required; SS Safety cover - one side - SS gage 12, attached with screws to conveyor body with double bend on top - 48 inches high x 5 feet long.Installation: Delivery, position in place and start-up; Electrical utilities must be in place for hook up; Underside cabinet - Each conveyer belt shall contain one long cabinet underneath the conveyor belt that will run the length of the conveyor belt. The cabinet shall be a solid SS sheet cabinet completely enclosed around conveyor frame with a floor clearance of 4 inches. Each cabinet should contain 4 solid SS sheet sliding doors on one side of cabinet. Since the conveyor belt is 30 inches high, and the floor clearance needs to be 4 inches from the floor, the cabinet doors must fit within those dimensions. Doors must contain high quality handles with key locks. Installation price is for the 3 units at the same time. Documentation: Provide a recommended spare parts list with vendors; Complete operation and maintenance manuals; Preventative maintenance schedule; Safety precautions literature. Warranty: One (1) year from date of shipment or 3,000 hours of operation, whichever comes first. Preventive Maintenance: Proposed preventive maintenance technician shall: be trained and certified by the manufacturer; report on site within 4 hours for major repairs, when machine is inoperable, and shall report on site within 8 hours for minor repairs, when machine is operable. Each quote at a minimum must meet the technical specifications listed in section (vi) in order to be technically acceptable. (vii). Deliverables and acceptance of deliverables will be FOB destination, USDA, APHIS, PPQ, Luis Munoz Marin International Airport, Terminal B, Second Floor, Isla Verde, PR 00979. The estimated completion date for this requirement is FY 2008 upon final inspection and acceptance of delivered items. (viii) The FAR provisions and clauses are attached and those incorporated by reference can be found in full text at http://farsite.hill.af.mil/vffara.htm (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) No Numbered Notes are applicable to this requirement. (xvi) Offers are due September 6, 2007 by 2:30 p.m. CST. All offers must be signed. Offers may be faxed to (612) 370-2106, Attn: Corinne Nygren with signed original forwarded by mail to: USDA, APHIS, MRP-BS, ASD, Contracting Butler Square, 5th Floor, 100 N. Sixth Street, Attn: Corinne Nygren, Minneapolis, MN 55403. Emailed offers shall be signed, scanned and e-mailed to corinne.nygren@usda.gov. A complete offer will consist of: (1) Completed Schedule of Items listed in the attachment and signature on the page that lists the price (2) completion of required documents as listed in this combined synopsis/ solicitation and attachment (3) Narrative addressing how the proposed conveyor belt meets the minimum requirements/specifications stated in section (vi) of this combined synopsis (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (xvii) Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: corinne.nygren@usda.gov. Potential offerors must review and comply with the attached addenda applicable to this requirement in order to be considered for award.
 
Place of Performance
Address: USDA, APHIS, PPQ, International Airport, Terminal B, Second Floor, Isla Verde
Zip Code: 00979
 
Record
SN01383937-W 20070826/070824220428 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.