Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

36 -- Glass Pulverizer System shipped to Fritch, Texas

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
N7130090024
 
Response Due
5/22/2009 11:59:00 PM
 
Archive Date
5/4/2010
 
Point of Contact
Rosalind G. Sorrell, (580) 622-7204 Contract Specialist 5806227204 rosalind_sorrell@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. This requirement is being issued as Request for Proposal (RFP) No. N7130090024. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-32. FAR clauses and provisions are available through Internet access at www.acqnet.gov/far. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 333120. The small business size standard is 750 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of a glass pulverizer system that meet the following specifications:Provide a glass pulverizer system that includes a metering surge hopper, in-feed conveyor, pulverizer/trommel screen unit, electrical enclosure, controls and disconnect, 3 self dumping hoppers (1/3 cubic yard each), and misting system for dust control. The unit shall be capable of processing all types of glass such that approximately 95% of the glass is less than 3/8" in size on the first pass. The glass aggregate shall range in consistency from fine sand to fine gravel (3/8" minus). All processed glass shall not have any sharp edges and be cubical in shape as it exits the pulverizer. This is necessary to maximize the marketability, safety and handling of the processed material. Surge Hopper shall be priced as option. Successful bidder shall submit engineering System Layout and Shop Drawings for approval and shall provide three 8-hour days of on-site start-up and maintenance training. Startup and training shall be conducted by a manufacturer certified representative. Metering Surge Hopper (Bid Option)Hopper shall have reciprocating plate feeder with eccentric drive and dragging teeth. Hopper shall be configured to accept large quantities of glass metered out evenly onto conveyor. Hopper design shall accommodate loading with a front end loading vehicle or similar equipment. Hopper shall prevent a surge of material from overloading the conveyor and pulverizer, and shall have an adjustable discharge door. Capacity - 4 CY ConveyorThe conveyor will be heavy duty slider bed construction with a 3/16" and 10 gauge steel frame and transport the glass up into the pulverizer/trommel screen unit for processing. The conveyor will include return pans and high side, with bearing lubrication line accessible from ground level, and a small loading hopper. Motor voltage will be 230/460 VAC, 60 HZ, 3 Phase. Dimensions12" wide, 12" high sides, 18' in lengthBeltRubber belt material, cleated, 2-ply belt thickness PulverizerPulverizer shall consist of a flexible impactor with hammer configuration with no pre-breaking required. Pulverizing shall be accomplished through impact shattering.Final pulverization accomplished by grinding or "sanding" is not acceptable due to increased wear & reduced equipment durability. Pulverizer and screen shall be mounted on a single frame. Capacity: 1- 2 ton/hr (2,000 lbs/hr)Barrel type and liner: Steel Frame/Abrasion Resistant Steel LinerHammer type: Flexible Impactors/ Hardened SteelNumber of Hammers: 28 minimumBearings: Heavy Duty Offset MountingMisting Unit: Dust Suppression unit with aluminum water pumpPump motor - 1/15 H.P.Pump capacity - 500 gal. per min. at 1" Drive Motor: 7.5 H.P. minimumMotor Voltage: 230/460 VAC, 60 HZ, 3 PhaseDrive Shaft: Solid Steel 2" diameterSeal Protection:2 Seals at each shaft bearing The unit shall be capable of processing all types of glass such that approximately 95% of the glass is less than 3/8" in size on the first pass. The pulverizer/trommel screen unit shall meet the following minimum specifications as applicable: DimensionsOverall Length10'Overall Width5'Hood Opening24" wide x 29" highMachine Input Opening-12.5" x 12.5"Input Barrel Diameter & Length16"x 34" Trommel ScreenThe trommel screen will size the glass into two different sized products and remove contaminates. Any trash contaminants larger than 3/8" shall be removed and sorted. The pulverizer/trommel screen unit shall meet the following minimum specifications as applicable: Mesh SizeTwo Screen Sizes - 7/16" and 3/16"Two Products: 3/8"-1/8" Pebbles, 1/8"minus Sand Screen Type -Trommel - Two screens; each 24" wide x 4' long Stainless Steel Woven WireEnclosure-Complete Sheet Metal Enclosure - Service Door for Screen & BrushRotating Brush- 7" diameter Maintenance Features-Central lubrication Block, External Mount Motor Size -1.5 H.P.Motor Voltage -230/460 VAC, 60 HZ, 3 Phase Electrical Control Box A control box shall be provided by the bidder and shall be in a weather tight enclosure and contain disconnect, start and stop buttons for each motor in sequence of operation, an emergency stop, and shall be 230 or 460 VAC, 60HZ, 3 phase. WarrantyEach unit shall carry a manufacturer's warranty of twelve (12) months, not to exceed 2,000 hours of machine operation. The seller shall warrant to the purchaser that all parts, labor and equipment, excluding wear parts, are warranted to be free from defects for one year from date of shipment. Under such warranty, the seller shall replace or repair any defective parts manufactured by the seller that are returned to the seller at the seller's address within the warranty period. Transportation charges, duties, and the cost of removal or installment shall be borne by the purchaser.Deliver by December 1, 2009 to Big Bend National Park, 1 Alsate Lane, Panther Junction Junction of US 385 and TX 118), Big Bend National Park, TX 79834. FAR 52.212-2, Evaluation-Commercial Items is applicable.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. Past Performance - durability of product, timeliness in delivery, technical support and other Considerations.2. Price Whereas past performance is more important than price. 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFP should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Supply and deliver glass pulverizer systems (FOB Destination) according to above specifications:Qty. 1 each @ unit price $_____ = Total price $__________ Metering Surge Hopper (FOB Destination) according to above specificationsQty 1 each@unit price $____ = Total price $_________ 2. Offeror must furnish a history of past performance with a minimum of 5 references listed with contact information including name, address, and phone number. Offerors who do not provide past performance information will be considered non-responsive. 3. Offeror must furnish specifications and photographs of the glass pulverizer system they are proposing. 4. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website http://www.acqnet.gov/far 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-16 Variation in Quantity52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity 52.225-1 Buy American Act - Supplies; 52.232-1 Payments52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.232-2 Service of Protest52.232-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.246-4 Inspection of Services - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be either faxed to Rosalind Sorrell at 580/622-2296 or emailed to rosalind_sorrell@nps.gov. Offers are due 4 p.m. CDT, May 22, 2009, and can be sent to National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Offers may be mailed or faxed to 580/622-2296. Call for confirmation of receipt of fax on 580/622-7204. All responsible sources may submit an offer which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=174a05be4a9936c525a6b6386518b477&tab=core&_cview=1)
 
Place of Performance
Address: Big Bend National Park, Texas<br />
Zip Code: 79384<br />
 
Record
SN01808144-W 20090506/090504220233-174a05be4a9936c525a6b6386518b477 (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.