Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOLICITATION NOTICE

39 -- Transfer system for secondary inspections on the Puerto Rico pre-departure inspection terminals A and C. - Drawing

Notice Date
3/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment 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, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-09-0074
 
Archive Date
4/22/2009
 
Point of Contact
Nathan Johnson,
 
E-Mail Address
nathan.d.johnson@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Approximate layout drawing Combined Synopsis Solicitation Air Port Conveyor System (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) Request for quote AG-6395-S-09-0074 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 February 17th, 2009. See http://www.arnet.gov/far/loadmainre.html. (iv) This solicitation is 100% set-aside for small businesses. The applicable NAICS code is 333922 with a size standard of less than 500 employees. (v) Items 0001 through 0007 are for terminals A and C. Item......Qty.....U/M......Description.................................Price...................Total 0001.....2........EA.......Stainless steel ball transfer................................... table with underside cabinet 0002.....2........EA.......Stainless steel belt conveyor 0003.....2........EA.......Remote control station 0004.....2........EA.......Stainless steel chute 0005.....2........EA.......Safety barrier 0006.....2........EA.......Installation 0007.....2.......EA.......Preventative Maintenance.................................................................................................Total (vi) The purpose of this solicitation is to purchase a conveyor system for the Puerto Rico airport in accordance with attached drawing and specifications. PRICE NEEDS TO INCLUDE FREIGHT. USDA-APHIS Baggage Inspection Area Terminal A and C 1. SS BALL TRANSFER CONVEYOR WITH UNDERSIDE CABINET 1.1. Dimensions. 38" wide X 10’-0” long X 30” high 1.2. Underside cabinet. 1.2.1. 4 sliding doors 25-1/2" wide each 1.2.2. Solid SS sheet opposite to the cabinet doors - Cabinet completely enclosed. 1.3. Construction 1.3.1. Stainless steel 304, gage 12 1.3.2. All welds grounded and polished 1.4. Ball transfer 1.4.1. 1” diameter ball transfer place staggered on 2” centers 1.4.2. SS balls and nickel plated housing 1.5. Legs. 1-1/2" Ø SS 304 gage 16 tubing with articulated foot 1.6. Guides. No guides required 2. SS BELT CONVEYOR 2.1. Dimensions: 48" wide X 4’-0” long 2.2. Construction 2.2.1. Stainless steel 304, gage 12 2.2.2. All welds grounded and polished 2.3. Drive. 1/2 HP Drive roller with fixed speed 2.4. Belt. White low friction belt – 46” wide 2.5. Pulleys: Crowned pulleys 2.6. Bearings 2.6.1. Two bolt flange bearings 2.6.2. Permanently lubricated 2.7. QTR System: Quick belt tensioning device that enables the belt to be cleaned without the need of any adjustments 2.8. Return Rollers. Individual PVC return rollers 2.9. Legs. 1-1/2" Ø SS 304 gage 16 tubing 2.10. Foot 2.10.1. Articulated foot - Reinforced polyamide with stainless steel thread and nut 2.10.2. 2000 lb. maximum static load - Available with holes for floor mounting 2.11. Guides. No guides required 2.12. Controls. Motor manual starter 3. REMOTE CONTROL STATION 3.1. Pushbutton station with Start/Stop two position switch, enclosure and mounting bracket 4. SAFETY BARRIER 4.1. Safety barrier 6’-0” high X 14’-0” long 4.2. 7 rectangular sections 24” wide X 6’-0” high consisting of stainless steel square tubing 2X2X1/8 with clear ½” thick polycarbonate sheets 4.3. Anchor to the X-Ray machine floor and an additional post at the chute area 5. SS CHUTE 5.1. SS gage 12 polished to a #4 finish 5.2. 48” wide X 6’-0” long 6. INSTALLATION 6.1. Delivery, position in place and start-up 6.2. All supervision, labor, and insurance to install the equipment in the LMM airport 6.3. The installation will be performed during normal working hours on approximately 2 days 6.4. All utilities will be provided by the client at the point of use 6.5. Contractor will perform start up of the conveying system 6.6. Contractor must have a comprehensive General Liability and Contractual Liability Insurance with coverage of at least $1,000,000. 7. DOCUMENTATION 7.1. Provide a recommended spare parts list with vendors 7.2. Complete operation and maintenance manuals 7.3. Preventive maintenance schedule 7.4. Safety precautions literature 8. PREVENTIVE MAINTENANCE 8.1. Verify amperage, track conveyor belt and overall visual inspection 8.2. Twice yearly (vii) Delivery will be approximately 10 weeks after contract award. FOB DESTINATION to the following location Carolina, PR 00979 (viii) Provision at 52.212-1, Instructions to Offerors—Commercial Items (Jun 2008), applies to this acquisition. (ix) Provision at 52.212-2, Evaluation—Commercial Items (Jan 1999) applies to this acquisition. This is a best value low priced technically acceptable acquisition with the following evaluation factors (see FAR 15.101-2) Technical – offeror must show that they meet the technical specifications in the statement of work. Experience – offeror must show that they have experience in the manufacturing and installation of custom built conveyor systems within the past two years. (x) Offerors shall complete at 52.212-3, Offeror Representations and Certifications—Commercial Items (Feb 2009) and submit a copy of the representation with its offer. Please note that certifications can be completed online at https://orca.bpn.gov/. A copy of the complete clause can be found online at http://www.arnet.gov/far/current/html/52_212_213.html#wp1179194 (xi) Clause at 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2008) applies to the acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (Feb 2009), applies to this acquisition with the following FAR clauses selected: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (9)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). (16) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (18) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (31) 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) (37) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (41)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (xiii) The following Federal Acquisition Clause and Provision Applies to this acquisition: none other than listed The following Agriculture Acquisition Regulations (48 CFR Chapter 4 401-453) apply to this purchase: provision 452.219-70 Size Standard and NAICS Code Information (see iv above). 452.211-73 Attachment to Statement of Work/Specifications and 454.246-70 Inspection and Acceptance with the following text added: Inspection and Acceptance will occur at delivery location. Final payment will not be made until proper operation has been demonstrated at the Airport and machine schematics and a manual are provided. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Quotes are due via mail, email, or fax by 1500 Central time on Tuesday April 7th 2009. Mailing address: USDA – APHIS – ASD - Contracting Attention Nathan Johnson 100 North 6th Street Suite 510-C Butler Square Minneapolis, MN 55403 Fax 612-336-3550 Email: nathan.d.johnson@aphis.usda.gov (xvi) Please contact Nathan Johnson with any questions nathan.d.johnson@aphis.usda.gov or (612) 336-3404.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9ebe4583f6b3eae2fb2c2d45968a70b4&tab=core&_cview=1)
 
Place of Performance
Address: Puerto Rico, 00979, United States
Zip Code: 00979
 
Record
SN01773503-W 20090321/090319220811-9ebe4583f6b3eae2fb2c2d45968a70b4 (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.