Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

36 -- Honeycomb Wash Conveyor System

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
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-07-0072
 
Response Due
9/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) Based on responses to the Sources Sought this procurement is for a modified commercial item, therefore, this combined synopsis/solicitation will result in a firm fixed price commercial supply contract. (iv) This requirement is a small business set aside. The NAICS Code is 333319. The small business size standard is 500 employees, or less. (v) OBJECTIVE: This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Pink Bollworm Rearing Facility (PBWRF) which is responsible for the rearing and production of the Pink Bollworm. The Honeycomb Washer Conveyor described herein will be used by the USDA. APHIS, PPQ Pink Bollworm Rearing Facility to automate our honeycomb cleaning process. The system will be expected to bleach wash, rinse and dry our honeycomb sheets. These sheets are used in the mass rearing of pink bollworm moths. The primary target in cleaning the honeycomb sheets is the removal of the silk webs that the larval stage of the insects produce when it crawls into one of the honeycomb cells and pupates. We currently clean the honeycomb manually, by placing in a sink with an air bubbling system fitted in the bottom of the sink and then filling the sink with a chlorine/water solution and wash for 30 minutes followed by a high pressure water rinse and drying on drying racks. The honeycomb sheets are 16 inches wide by 24 inches long and are 1/4 inches thick. Each weights 125 grams (0.275 pounds). Honeycomb is constructed of Nomex paper which is dipped in a tank of resin, drained and cured in an oven. (vi) The PERIOD OF PERFORMANCE for this contract is from date of award through February 28, 2008 or completion of all line items, whichever is sooner. (vii) REQUIREMENT AND QUANTITIES: The contractor shall furnish all labor, materials and equipment necessary to modify and provide an automated wash conveyor for the Honeycombs for the USDA, APHIS' purposes in the rearing of the Pink Bollworm. This requirement consists of three line items: Base Period CLIN 001 - one (1) Honeycomb Washer Conveyor CLIN 002 - Shipping costs to the FOB Destination. CLIN 003 - Optional installation and start up costs. (viii) DELIVERABLES: The selected contractor must be able to deliver the equipment by January 15, 2008. Deliverables and acceptance of deliverables for the Honeycomb Washer Conveyor will be FOB destination USDA, APHIS, PPQ, PBWRF, 3645 E. Chipman Road, Phoenix, AZ 85040-2927. Other deliverables to be included with the equipment are: Complete set of Manufacturers electrical schematics and equipment design drawing; Manufacturer's instructions for all manufactured components; Operation and maintenance manuals; Manufacturer's warranty and with forms filled out in the owners name and registered with manufacturer. (ix) TECHNICAL SPECIFICATIONS: Due to the specialized usage of this machine for our process, the Honeycomb Washer Conveyor must meet the following technical specifications in order to be technically acceptable: The honeycomb washing system must be constructed of bleach (sodium hypochlorite) resistant materials and must be capable of processing 10 pieces of honeycomb per minute. The system must be designed as a wash conveyor with a belt speed of 22 feet per minute. The system must have the following stations in this sequential order: 1) A bleach solution (3-12% bleach) wash station with heaters capable of heating the solution to 140 F in the wash station. 2) A high pressure rinse station. 3) A low pressure rinse station and 4) A high pressure air drying station. The three liquid delivering stations must be capable of recycling the liquids and have tank capacities of 100,135 and 135 gallons respectively. The base of the bed that handles the honeycomb substrate must have a height of 41-3/4 inches above the floor surface. The complete conveyor must be fitted with a 14 gauge stainless steel hood with an exhaust fan on one end to remove bleach fumes from the system. The conveyor system must be built out of 12 gauge stainless steel that is bleach resistant. The conveyor belt will be made of stainless steel mesh. All other materials used for the automated Honeycomb wash conveyor must also be bleach resistant. In addition to the above listed specifications the honeycomb washer conveyor system must have the following: An automated Wash System with adjustable conveyor speed control to clean 0-10 honeycombs per minute; Inspection doors with electrical interlocks; Emergency stops - feed side and exit side; Easy to remove filters and spray tips; Fluid Management and delivery system which will include liquid management in water/solution tanks to include a fill solenoid valves (1/2 inch), drain valves (2 inch National Pipethread Standard), liquid in each wash, rinse and drying stations controlled by electronic eyes for maximum energy and water use efficiency. This ensures operation only on product input; Filter system to protect the integrity of the spray nozzles; 3-12% Bleach Wash Station; High Pressure Rinse Station; Low Pressure Rinse Station; High Pressure Air Drying Station; Electrical requirements - 208 volt 3-phase 60 Hz. Contractor shall include a one year warranty. (x) INSPECTION AND ACCEPTANCE. A complete set of design drawings and electric schematics will need to be reviewed and approved prior to the start of modifying the equipment for the USDA requirement. The USDA Pink Bollworm Rearing Facility (PBWRF) requires an inspection of the equipment prior to delivery to the FOB destination to ensure the equipment is a complete and functional system that will meet the needs and technical specifications required by the USDA. The USDA, PBWRF staff will visit the contractor's facility where the equipment is located to perform a test run of dirty samples of honeycomb, and have the contractor demonstrate the ability of their equipment to clean the honeycomb. If the equipment does not meet the technical specifications and is not a functional system to meet the needs of the USDA as described in this solicitation the unit will not be considered acceptable to the USDA. Replacement items shall be treated in accordance with FAR clause 52.212-4. (xi) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ (xii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. All evaluation factors other than cost and fee, when combined, are significantly more important than price. Technical capability and past performance are more important than price. Technical Capability: The government will determine how well the offeror's proposed item meets the government's technical specifications as described in section (ix) above entitled Technical Specifications. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firms record of conforming to specifications and to standards of good workmanship / customer service; adherence to contract schedules, including administrative aspects of performance; providing prompt and accurate service/timeliness; compling with Federal, state, and local laws and regulations. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xiv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision as well as all clauses incorporated by reference may be attained from http://www.arnet.gov/far. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government ALT I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xvii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 2:00 PM CT, September 11, 2007. Please reference the quote number on your documents. Please send quotes by fax or regular mail. (xxiii) The assigned Contract Specialist is Ms. Corinne Nygren. Ms. Nygren may be reached at corinne.m.nygren@aphis.usda.gov, (612) 336-3235 or by fax at (612) 370-2106. (xix) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for line items, CLINS 01, 02, and 03. All overhead and ancillary costs associated with providing the line items shall be assumed by the Contractor, and should be factored into the quote. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative of your company's product which addresses how your company's product meets the technical specification requirements outlined in this combined synopsis/solicitation. You should address the technical evaluation criteria listed in 52-212-2. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in 52.212-2. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Place of Performance
Address: 3645 E. Chipman Road, Phoenix, AZ
Zip Code: 85040
Country: UNITED STATES
 
Record
SN01388787-W 20070831/070829220447 (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  © 1994-2020, Loren Data Corp.