Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SPECIAL NOTICE

36 -- Conveyors - Drawings for conveyor

Notice Date
10/15/2009
 
Notice Type
Special 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, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-10-0001
 
Archive Date
11/30/2009
 
Point of Contact
Corinne Nygren, Phone: 6123363235
 
E-Mail Address
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings for Conveyors (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) This procurement is for a modified commercial item, therefore, this combined synopsis/solicitation will result in a firm fixed price commercial supply purchase order. (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) in Phoenix, AZ which is responsible for the rearing and production of the Pink Bollworm. The Conveyors described herein will be used transport (convey) a media consisting of wheat germ, soy flour and gelled agar. The media will be conveyed from a Berndorf cooling belt to a package filling machine. The media is used as a food source for the pink bollworm insect. The conveyors shall have an open design for easy cleaning. They must also withstand a daily wash-down with 90 psi water pressure. The motor and gearbox will be designed for continuous duty and to withstand wash-down. The conveyor belt will be made of blue urethane endless spliced belt with manual release belt take-ups that are designed into the conveyor for daily use. The conveyors will be installed by USDA personnel and USDA personnel will perform all maintenance on the equipment. (vi) The PERIOD OF PERFORMANCE of this purchase order shall be from date of award through acceptance and receipt of the delivered items. (vii) REQUIREMENT AND QUANTITIES: The contractor shall furnish all labor, materials and equipment necessary to modify three (3) commercially available food grade conveyors according to USDA specifications. This requirement consists of one line item: CLIN 001 - three (3) Conveyors. Shipping of the conveyors to the PBWRF must be included in the cost. The selected contractor must be able to provide all 3 conveyors. (viii) DELIVERABLES: The selected contractor must be able to deliver the equipment on or before January 2, 2010. Deliverables and acceptance of deliverables for the Conveyors will be FOB destination USDA, APHIS, PPQ, PBWRF, 3645 E. Chipman Road, Phoenix, AZ 85040-2927. A complete set of drawings and specifications will need to be reviewed and approved by USDA PRIOR to start of construction. The USDA Pink Bollworm Rearing Facility (PBWRF) requires an inspection of the conveyors prior to delivery to the FOB destination to ensure the conveyors are a complete and functional system that will meet the needs and technical specifications required by the USDA. Other deliverables to be included with the equipment are: A 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 owner's name and registered with manufacture. (ix) TECHNICAL SPECIFICATIONS: Drawings for each conveyor are attached to this solicitation. Due to the specialized usage of this equipment for our process, the Conveyors must meet the following technical specifications in order to be technically acceptable: The contractor will provide a 1 year manufacturer's warranty for each conveyor. All electrical must comply with National Electrical Codes. The following specifications apply to all 3 Conveyors - 1, 2, and 3. Conveyor motor and gear motor are a wash-down design. The input voltage will be 230 volts, three-phase; Digital speed controller will be a wash-down design and mounted in a stainless steel enclosure; Conveyor construction 304 stainless steel continuous duty. The conveyor will be a wash down design and follow USDA guidelines. The conveyor must withstand a daily wash-down of 90psi water pressure. Conveyor will be designed to handle diet at a moisture content of 60 - 62% and at a rate of 1500 pounds per hour; The display will have a forward, start, and stop switch; Digital speed controller and motor will be designed for continuous duty and be adjustable from 10 to 100fpm; Conveyor construction - Manual release belt take-ups, stainless steel drive unit and idle pulleys, Blue urethane endless spliced belt, UHMW belt scrapper, all surfaces to have glass bead finish. The following specifications are in addition to the specifications listed above, and are listed separately because they unique to the particular conveyor. CONVEYOR#1 - Conveyor length will be 12 feet and the width will be 16 inches; Conveyor height will be adjustable with a discharge height of 58 inches plus or minus six inches; The legs will have 4 inch locking stainless steel casters for portability; The conveyor will be a cantilevered design for ease in belt removal; Removable in feed hopper 14 gauge. Stainless steel with a 24 inch height from the floor by 48 inch in length; Conveyor construction: ½ inch diameter trought yokes open design for easy cleaning. CONVEYOR#2 Conveyor length will be 12 feet and the width will be 16 inches; Conveyor height will be adjustable with a discharge height of 80 inches plus or minus six inches. The legs will have 4 inch locking stainless steel casters for portability; The conveyor will be a cantilevered design for ease in belt removal; Removable in feed hopper 14 gauge. Stainless steel with a 15 inch height from the floor by 12 inches in length; Conveyor construction - ½ inch diameter trought yokes open design for easy cleaning. CONVEYOR#3 Digital speed controller with a remote toggle for forward and reverse; Digital speed controller adjustable forward and reverse; Conveyor length will be 4 feet and the width will be 16 inches; The conveyor will be design for easy belt removal; Removable infeed hopper 14 gauge; Stainless steel with a 4 inch height to 2 inch and a length of 4 feet; Conveyor construction - Open design for easy cleaning. (x) INSPECTION AND ACCEPTANCE. A complete set of design drawings and electric schematics will need to be reviewed and approved and signed off by the USDA personnel prior to the start of modifying and construction of 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 Pink Bollworm Rearing Facility (PBWRF) requires an inspection of the equipment at the vendor's facility 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. 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 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. (xiv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xv) 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: 52.219-6 Notice of Total Small Business Set Aside; 52.219-28-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; 52.222-26-Equal Opportunity; 52.222-50-Combating Trafficking of Persons; 52.222-54-Employment Eligibility Verification; 52.225-1 Buy American Act-Supplies; 52.225-2 Buy American Act Certificate; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer -Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; (xvi) EVALUATION OF OFFERS: 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. Offers will be evaluated based on technical capability, past performance and price. A trade off process will be used to evaluate quotes. Technical capability and past performance are more important than price. The following will be considered when evaluating offers for technical capability and past performance: The conveyors will be evaluated for technical capability as described in the Technical Specifications in section (ix) above and will be rated on a pass/fail basis. Past performance: 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 firm's record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions, and providing prompt and accurate service. 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. (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, October 28, 2009. Please reference the quote number on your documents. Quotes may be submitted by email, fax or regular mail. (xviii) 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) 336-3550. (xix) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for line item 01. 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) The required documentation requested above in section (xvi) EVALUATION OF OFFERS, which includes past performance references and a detailed narrative which addresses how your company's product meets the technical specifications listed in (ix) above. Quotes should be of sufficient detail to determine their adequacy. THE TECHNICAL AND PAST PERFORMANCE PORTION OF THE QUOTE MUST BE SEPARATE THAN THE PRICING. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR a statement indicating 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/ AG-6395-S-10-0001/listing.html)
 
Place of Performance
Address: USDA, APHIS, PPQ, PBWRF, 3645 E. Chipman Road, Phoenix, Arizona, 85040-2927, United States
Zip Code: 85040-2927
 
Record
SN01986110-W 20091017/091015235150-32e280932f790f82745b64dea6287592 (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.