Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

38 -- Lease with Option to Buy Mobile Rock Crushing System - PDF Version of Solicitation

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, US Central Command Air Force/A4-LGCP, AUAB AOR CENTAF, CAOC A4 LGC (Contracting), APO, 09309
 
ZIP Code
09309
 
Solicitation Number
F38604-09-R-U0004
 
Archive Date
10/6/2009
 
Point of Contact
John R. Sidor, Phone: DSN 318-437-2841
 
E-Mail Address
redhorsecontractingofficer@auab.afcent.af.mil
(redhorsecontractingofficer@auab.afcent.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PDF Verision of Solicitation COMBINED SYNOPSIS/SOLICITATION LEASE WITH OPTION TO BUY (LWOB) ROCK CRUSHING SYSTEM (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. Simplified procedures as outlined in FAR Part 13.5 will be used for the acquisition of this commercial item. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F38604-09-R-0004. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 423810 with a size standard of 500 employees. (v) The purpose of this combined synopsis and solicitation is for the 12-month lease of the following: CLIN0001 - METSO LT106 or equal Mobile Jaw Crusher on Tracks CLIN0002 - METSO LT200HP or equal Mobile Cone Crusher on Tracks CLIN0003 - EXTEC S5 or equal 5X16 Screen Plant on Tracks with Feeder CLIN0004 - MASABA or equal 36" X 40' Portable Radial Stacking Conveyor * Please view attached specifications for additional details of CLINs 0001 - 0004*. You may quote on similar systems that may have less "pieces" that make up the system. The intent is to lease a Rock Crushing System that can perform the same functions as the above listed system can perform (detailed in attached specifications) Quotes shall also include the following: CLIN0005 - Delivery. Delivery to Kandahar AB, Afghanistan. Includes initial set-up and on-site operator training. The Contractor is responsible for paying all customs, duties, taxes, etc. required to import items in to Afghanistan. CLIN0006 (Optional) - Purchase of Rock Crushing System upon completion of the 12-month lease term. This price is fixed at $100,000 for this lease. Adjust monthly lease prices of CLINs 0001-0004 accordingly CLIN0007 (Optional) - Full-time on-site maintenance. Contractor shall provide a full-time maintenance technician on-site for the 12-month lease period. The Rock Crushing System's location might change during the 12-month period, but will always be within Southern Afghanistan at a US/NATO installation. No matter the location, living space, sanitation facilities, and meals will be provided by the Government. Additional Requirements: - Quotes shall be provided as F.O.B. Destination, and shall also include delivery date. - Each CLIN should be same brand or 100 percent compatible to each other. - Contractor shall include the cost of replacement parts in the price for CLINs 0001 through 0004. Common "wear-and-tear" parts should be readily available for delivery to Kandahar AB within 7 days of notification of the part(s) being worn/broken or be provided on-site at the time of delivery of the machine (preferred). Any unused replacement parts will be returned to the Contractor at the end of the lease term, or if the Government exercises CLIN0006 at the end of the lease term, the Government may purchase these un-used replacement items at cost. (vi) The following clauses and provisions apply to this solicitation and are included by reference: 52.203-3 Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.207-5 Option to Purchase Equipment (Feb 1995) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008) 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.232-23 Assignment of Claims (Jan 1986) 52.232-30 Installment Payments for Commercial Items (Oct 1995) 52.232-34 Payment by Electronic Funds Transfer (May 1999) 52.233-1 Disputes (July 2002) 52.233-3 Protest After Award (Aug 1996) 52.247-34 F.O.B. - Destination (Nov 1991) 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) 252.225-7041 Correspondence in English (Jun 1997) 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.247-7023 Alt I Transportation of Supplies by Sea (May 2002) (vii) The following clauses and provisions apply to this solicitation and are included in full text: 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) 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: (i) Lowest price technically acceptable (ability to meet specifications) (CLINs 0001 - 0004) (ii) Delivery time (CLIN 0005) (b) 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. (End of Provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2006) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chap 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (JUN 2006) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 OMBUDSMAN (Aug 2005) (a) MAJCOM and DRU commanders shall appoint an experienced senior official who is independent of the contracting officer and program manager as the ombudsman at their MAJCOM/DRU. For AFMC and AFSPC Centers, an ombudsman is required at each Center, instead of at the MAJCOM. (b) The ombudsman will have the authority to call upon other resources of the activity to assist in resolving acquisition issues or concerns (e.g. administrative support, independent review teams). (c) Contracting officers shall identify the ombudsman in the initial announcement of the acquisition as well as in the draft and final RFP. (d) The ombudsman shall: (1) Support acquisition personnel in the resolution of issues or concerns raised by interested parties; (2) Act in a manner that does not compromise the interested party and, if requested, maintain anonymity of the parties. (3) Avoid any appearance of usurping normal procurement authority (e.g., program manager, contracting officer, and source selection authority); (4) Ensure all affected or knowledgeable offices and officials are consulted as part of any resolution process; (5) Inform the commander, as required, of issues raised and actions taken; for AFMC and AFSPC centers, report only to the Center Commander, Laboratory Commander/Director, or PEO; and for other MAJCOM/DRUS, report only to the MAJCOM CC or PEO; (6) Review complaints relative to multiple-award task and delivery order contracts awarded under 10 U.S.C. 2304a(d)(1)(B) or 2304b(e) to ensure that all contractors are afforded a fair opportunity to be considered for task and delivery orders in excess of $2,500, consistent with the procedures in the contract; (7) Consistent with security requirements, have access to the appropriate offices and be allowed to collect all facts relevant to the resolution of issues raised by interested parties. Ombudsmen are granted access to proprietary information. Source selection information must be obtained through the source selection authority. (e) The Ombudsman Program does not replace the agency level protest, GAO bid protest or disputes processes. (f) The Air Force ombudsman is the Associate Deputy Assistant Secretary (ADAS) (Contracting), who may take action to assist in resolving issues, concerns, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, or for those having Air Force wide implications. (g) Government personnel may use the Ombudsman Program as a way to express concerns about an acquisition. The ombudsman contact information is: Director of Contracting CAOC/A7K DSN (318) 436-4113 Commercial 011-974-458-9555, dial ext 436-4113 at voice prompt E-mail: mu_affor.a7komb@auab.afcent.af.mil (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://ww.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/html http://www.wdol.gov/ (End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): NONE (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) (viii) Please furnish quote No Later Than 12:00pm local (+3:00 GMT) on 21 Sep 09 via email to redhorsecontractingofficer@auab.afcent.af.mil. In Accordance with FAR 15.208, LATE QUOTES WILL NOT BE ACCEPTED OR EVALUATED. (ix) Attachments: 1) Attachment 1 - Specifications (3 pages) ATTACHMENT #1 Rock Crusher System Specifications ** ALL USER MANUALS AND INSTRUCTIONS/LABELS ON THE EQUIPMENT MUST BE IN ENGLISH ** METSO LT106 or equal Mobile Jaw Crusher on Tracks Crusher: • Jaw 28" x 42" or larger • Bolt together construction • Belt Protection Plate with adjustment • Hydraulic setting control • Material level control • Automatic Lubrication • Engine preheater • Hydraulic PTO • Loading width 2,6m (8') or larger • Automatic process control Built in trouble shooting • Wear parts are interchangeable • Caterpillar C9 ATAAC Diesel Engine or equal - Power 242 ~ 261 bkW, C Rating 1800 ~ 200 RPM Feeder: • 46" x 14'3" Vibrating Feeder or larger • Grizzly spacing 2" or longer and screen deck • 12 yd or longer hopper capacity • Hydraulic folding side walls • Side conveyor for grizzly bar throughs Extended Main Conveyor: • 40" or longer width, 49'3" or longer length, 13'6" or taller discharge height • Hydraulic fold • Self Cleaning Magnet • Side Conveyor: • 20" or longer width, 19'8" or longer length, 6'9" or taller discharge height Remote Radio Control, Picking Station Controls (for Extended Main Conveyor), PLC Control System, Breaker for oversized rocks METSO LT200HP or equal Mobile Cone Crusher on Tracks • Feed hopper 5 cubic meters or larger • Metal Detector • Diesel Engine minimum 200 hp • Material Level Control, Lubrication Unit, Hydraulic Power Take Off • Hydraulic Generator 10kVA or greater • Water Spraying System (environmental requirement) • Automatic process control • Built in trouble shooting • Single button process start • Remote radio control for tracks • Heating of hydraulic oil with hydraulic generator • oversize material recirculation conveyor • Screen module Can be detached from the unit • Mesh size min. 20mm (0.8'') • Mesh size max 80mm (3'') ST358 mobile screen or equal Screen Plant on Tracks with Feeder Screen: • Double screen box assembly (first and second screen box both 4 x 8 ft or greater) • Primary and secondary screen box angles 10 ~30 degrees or larger Feeder: • Wireless remote for Hydraulic Dump • Hopper capacity 8 yd or greater • 48" or longer 3 ply hopper belt with variable speed drive Plant: • Wireless Remote Control • Fuel tank capacity 70 gallons or greater, Hydraulic tank capacity 90 gallons or greater • 40" or longer 2 ply main feed conveyor with variable speed, 48" or longer 2 ply tail conveyor, 27" or longer 2 ply side conveyors • Side catwalks Tracks: • 20" or longer track width, 12' or longer track length MASABA or equal 36" X 40' Portable Radial Stacking Conveyor • Stackable Frame • Motor 10 hp or greater • Capacity 300 TPH or greater • Belt Speed 350 FPM or greater @ 18 degrees • Towing/Lift Eye • Base Plate with 5th Wheel Pin • Guards for manual picking off conveyor
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USCENTAF/CAOCA4/F38604-09-R-U0004/listing.html)
 
Place of Performance
Address: Kandahar AB, Afghanistan, Afghanistan
 
Record
SN01944660-W 20090910/090909082900-a26d41ac494a9a93b0e325145636a763 (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.