Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

36 -- Cna, Pail and Aerosol Crusher

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 2021 Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
0010077510
 
Response Due
9/12/2011
 
Archive Date
3/10/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 0010077510 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 333319 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-12 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bliss, TX 79916 The U.S. Army ACC MICC Fort Bliss requires the following items, Brand Name or Equal, to the following: LI 001, Vendor shall provide the following, brand name or equal item: TeeMark 6PJ-VC Explosion Proof Can & Pail Crusher must meet or exceed the following:1.3 hp? 208-230/460 v, 3ph, 11-10/5a w/o starter, 12 sec cycle2.Pierces, crushes, empties and ejects cans and pails from a pint to 5-gallons and 4 to 12-inches3.Air driven ejection system, with a stationary 35-inch clearance stand4.Includes vapor Control Package, a drum jack, auto-opening door and stroke length selector for faster operation5.Capture VOCs and propellants6.Crushing force: 30,000 pounds7.Cycle time: 12 to 20 seconds8.Shipping weight: 1,300 lbs9.Air requirements: 5cfm @ 80psi10.Can move up to 500 cfm of air11.Collections system: 1hp, 115/230 volt, 1ph 12/6 amp dedicated circuit12.Explosion proof motor and motor controls13.Explosion proof crushing compartment14.The machine must be able to remove VOC from the crushing compartment into a filter system15.Must be able to crush containers of different sizes (half a pint can to 5 gallon metal pail)16.Must be able to collect liquid in a sealed drum for disposal17.Must be able to eject crushed cans into a drum for disposal 18.Must be able to crush 12 inch tall aerosol cans19.It must have a quick cycle time for the crushing process less than 20 seconds20.Must have through put rate of higher then 200 containers per hour21.It must have explosion proof switches to operate the machine, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Bliss intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Fort Bliss is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. All questions must be submitted 48 hours before the close of thte solicitation. 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a)Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system.(b)In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract.(c)Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 5152.233-4000AMC-LEVEL PROTEST PROGRAM (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing To be timely, protests must be filed within the periods specified in FAR 33.103, If you want to file a protest under the AMC-Level Protest the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HO Army Material Command,Office of Command Counsel9301 Chapek Rd, Room 2-1 SE3401 Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-6866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command,Office of Command Counsel1412 Jackson Loop, Room 2-1 SE3401Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Clause) In responding to this request for quote, you must provide the manufacturer's name and part numbers and salient characteristics of the items you are proposing to sell to the Government. Whether the request for quote contains a brand name or equal evaluation criteria or a meet or exceed evaluation criteria, the information requested must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it, describe its size and composition, functional intent and / or operational capabilities or limits."When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as ?bidding exact match?, ?as specified? or cutting and pasting the Government?s specification information into the seller?s bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above shall be eliminated from the competition without consideration of their offer / bid. If you are bidding the same product as is being requested, your seller bid specification should indicate: ?Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on a ?brand name or equal? or a ?meet or exceed? basis, your seller bid specification should include: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (Insert Salient Characteristics). If your bid response does not contain all of the required information called out in this notice, your bid shall be determined non-responsive and shall not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79946a2f43914829f38c0067b2bc7e9c)
 
Place of Performance
Address: Fort Bliss, TX 79916
Zip Code: 79916-6807
 
Record
SN02569333-W 20110911/110909235754-79946a2f43914829f38c0067b2bc7e9c (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.