Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

36 -- 30 GALLON STEAM HEATED KETTLE

Notice Date
7/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX08T0154
 
Response Due
7/17/2008
 
Archive Date
9/15/2008
 
Point of Contact
Tami Hensley, 410-278-8675
 
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, 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. (ii) The solicitation number is W911QX-08-T-0154. This acquisition is issued as an RFQ. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. (iv) This acquisition is set-aside for small business. The associated NAICS code is 333518 small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 30 GALLON STEAM-HEATED KETTLE QUANTITY OF ONE (1) - EACH (vi) Description of requirements: Salient Characteristics 30 Gallon Melt Kettle The contractor shall ensure the Melt Kettle meets the following: 1. capacity is 30 gallons with 30% freeboard 2. fully jacketed for steam heating in accordance with ASME Section 8 for 60 PSI 3. agitator is anchor type with two propellers on agitator shaft 4. agitator is air-motor driven with digital RPM indication and capable of mixing materials within the viscosity range of 150 - 10,000 centipoise 5. agitator speed range is from 0 - 60 RPM 6. agitator clears the kettle bowl by 1/2 inch 7. kettle and frame are constructed of type 304 stainless steel 8. outlet valve be the flush Asepco (define can not use a brand name)type for bottom pour and fully jacketed for steam heating 9. All seals are made of Teflon or Viton and O-rings are made of Viton 10. discharge port is 24 inches above the floor 11. bottom of the kettle bowl has a flush mounted thermocouple 12. the stainless steel kettle frame be mounted on two rigid and two swivel casters with brakes and conductive wheels 13. the discharge valve be actuated by an intrinsically safe solenoid valve and a selector switch to open and close valve 14. a pneumatically operated ball valve to control start/stop of the agitator and the valve is controlled by an intrinsically safe solenoid valve that is wired to a selector switch 15. digital RPM meter 16. thermocouple assembly 17. explosion proof control boxes for components 18. kettle lid is unjacketed, have swing bolts and a lifting eye for hoist handling 19. lid shall have two charging/light ports, one 6 inches in diameter and another 4 inches in diameter 20. vacuum mixing capability with a vacuum port and a vacuum gauge on the lid (vii) Delivery is required by 26 weeks after receipt of order. Delivery shall be made to Shipping and Receiving, Building 434, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at the same location. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: EVALUATION CRITERIA a. Proposals will be evaluated in three areas: (1) ability to meet salient characteristics (technical acceptability) and (2) past performance and (3) price. Areas 1 and 2 are of equal importance and when combined are more important than price. Price will not be scored but will be considered in the award decision on a best value basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Salient Characteristics (technical acceptability) - Evaluation will be based on the ability of the proposed product to meet the salient characteristics. Products must be clearly identified by manufacturer and model number and meet the salient characteristics listed. Failure to meet any of the salient characteristics may cause rejection of the offerors proposal. (2) Past Performance - Performance record of the proposed product in meeting technical specifications; the offerors ability to meet delivery schedules; the offerors record of servicing the proposed product (maintenance, product updates, warranty, etc.). Offerors must provide with their proposal at least two records of past sales of the proposed product (or similar products). Submit the company name of the customer and provide a point of contact and telephone number. Offerors are encouraged to submit with their proposal any correspondence with these companies that indicates quality of performance. (3) Price CAUTION TO OFFERORS: The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to ensure that sufficient information is available, the offeror must furnish as part of its proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity (i) to determine whether the product offered meets the specifications of the Request for quotation; (ii) to establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award, and (iii) to evaluate the proposal in accordance with the evaluation criteria. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. b. The government reserves the right to award to other than the lowest price. The Government also reserves the right to make award without discussions or negotiations. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003), 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003), 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.247-7023, Transportation of Supplies by Sea (MAY 2002). (xiii) The following additional contract requirement(s) or terms and conditions apply: NONE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv)The following notes apply to this announcement: NONE (xvi) Offers are due on 7/17/2008, by 11:59 PM EST, via email to tami.hensley@arl.army.mil (xvii) For information regarding this solicitation, please contact Tami Hensley at (410) 278-8675 or via email at tami.hensley@arl.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9b278333bab2edffaedd6c1cc290fc9f&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN01611476-W 20080712/080710222414-9b278333bab2edffaedd6c1cc290fc9f (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.