Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

USDA-ARS-SAA, Richard B. Russell Center, 950 College Station Road, Athens, GA 30605-2720

37 -- POULTRY PROCESSING EQUIPMENT, RRC, ATHENS, GEORGIA SOL RFQ-043-4384-00 DUE 091100 POC Pat Lang, Procurement Technician, (706)546-3533; Alan Moore, Contracting Officer, (706) 546-3530 (i) This is a combined synopsis/solicitation for commercial items 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; prices are being requested and a written solicitation will not be issued. (ii) This solicitation number RFQ-043-4384-00 is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. (iv) This procurement is unrestricted. The standard industrial classification code is 3556. The small business size standard is 500 employees. (v) CLIN I -- Base Bid -- Poultry processing equipment, including Evisceration System, one each; CLIN II -- Option Item -- Defeathering System, one each; CLIN III -- Option Item -- Inside/Outside Mechanical Bird Washer System, one each. (vi) TECHNICAL SPECIFICATIONS 1. Fully installed and operating processing equipment suitable for processing broilers, spent hens, roosters; 2. Maximum hourly capacity of 8,400 birds; 3. With an average live weight of 5.5 lbs; 4. With a maximum live weight of 12.75 lbs; 5. With a minimum live weight of 2.5 lbs; 6. One Defeathering line; 7. One Evisceration line; 8. Shackle pitch, defeathering and evisceration, of 6 inches; 9.Trolley pitch, defeathering and evisceration, of 6 inches; 10. Galvanized T-rail Overhead conveyer; 11. Calibrated log chain. I. EVISCERATION DEPARTMENT. 1. Automatic vent-cutter. The venting operation automatically cuts the vent and rosebud of the bird. The machine shall have a capacity of 4,500 birds per hour. The system is to be configured with 10 units at 12" centers. The machine shall be made of stainless steel and other corrosion resistant materials and driven by an overhead conveyor system. The delivery shall include (a.)10 cutting units; (b.)10 tail clamps and positioning pins; (c.) vent-cutting knives with a diameter of 25.2mm and 32mm; (d.) stainless steel support frame; (e.) automatic cleaning of the units after each cycle; (f.) high pressure pump and electrical cabinet; (g.) height adjustment device; and (h.) receiving bin with central drain. 2. Automatic opening machine. The machine shall have a capacity of 4,500 birds per hour with 16 units. However, the system is to be configured with 8 units on 12" centers. The machine shall be made of stainless steel and other corrosion resistant materials and driven by an overhead conveyor system. The system shall include (a.) 8 hinged shearing units; (b.) protection plate to shield the operational functions of the machine; (c.) height adjustment device; (d.) automatic cleaning of the units after each cycle; (e.) receiving bin with central drain; (f.) stainless steel support frame; and (g.) protection system with sensor. 3. Automatic evisceration system. The machine shall remove the entire viscera pack with a gripper and separate it from the carcass. The machine shall have an operational capacity of 9,000 birds per hour in 6" shackle centers. The system shall be made of stainless steel and other corrosion resistant materials and consist of the following components: (a.) 28 unit machine with only 14 units functional or 24 units with only 12 units functional; and (b.) one-half of the functional units should be configured for broiler and the remaining units for spent hens and roosters. 4. Overhead components, evisceration line. The delivery should include (a.) 270 ft, T-rail; (b.) 270 ft, chain and stainless steel trolley assembly on 6" centers; (c.) twenty stainless steel evisceration shackles 6" wide, including assembly hardware; (d.) twenty stainless steel evisceration shackles 8" wide, including assembly hardware; (e.) twelve idler corners; (f.) one spring-loaded tensioner; (g.) two 30 elevations; (h.) one drive unit; and (i.) one control panel, to regulate the line speed of the evisceration department as well as to house the relevant electrical controls. Option Items for purchase in FY 2001. II. DEFEATHERING DEPARTMENT.1. Air-agitated multi-stage scalding system, extra wide type. The scalder shall be made of stainless steel and other corrosion resistant materials, and consist of one independent scalding stage with three two-pass sections per stage. Each stage shall include one temperature controller, dividers, steam valve, steam piping inside the scalder, all tubing and wiring between the scalder and temperature controller. 2. Overhead components, defeathering department. The system shall include (a.) 210 ft, T-rail; (b.) 210 ft, chain and stainless steel trolley assembly on 6" centers; (c.) twenty stainless steel defeathering shackles, including assembly hardware; (d.) eight 90 idler corners; (e.) one 180 idler corner; (f.) one spring-loaded tensioner; (g.) two 30 elevations; (h.) one drive unit; and (i.) one control panel, to regulate the line speed of the defeathering department as well as to house the relevant electrical controls. III. INSIDE/OUTSIDE MECHANICAL BIRD WASHER DEPARTMENT. Ensures effective internal and external cleaning at the end of the evisceration department. The system shall include: (a.) ten water spray units or a hollow tube spray unit for internal cavity washing; (b.) water pipe system with spray nozzles for external washing; (c.) height adjustment device; (d.) stainless steel construction and support frame and other corrosion resistant materials to washing with trisodium phosphate and other acid solutions; and (e.) protection system with sensor. (vii) Delivery shall be FOB Destination, Russell Research Center, 950 College Station Road, Athens, Georgia, 30605 within 180 days of contract award. Inside delivery, set-up, and "dry run" (no birds) operational testing is required. Testing must be done in the presence of the Contracting Officer. Acceptance shall be made at destination. (viii) The provision as 52.212-1, Instruction to Offerors -- Commercial, applies to this acquisition. Quotations must address all three line items, and provide descriptive literature indicating how the proposed equipment meets all of the technical requirements. Failure to submit all required literature may result in your quotation not being considered. There will be a site showing at the Russell Research Center at 1:00 p.m., August 31, 2000, to allow quoters an opportunity to view the area where the equipment will be installed, and take any measurements that may be necessary in configuring the equipment. Participants will meet in the lobby. Just before time for the site visit, participants will be escorted to the conference room for opening comments, and then to the work site. The Russell Center is a secured facility, and all participants must register at the receptionist's desk. (ix) The contracting officer will make award based on price and price-related factors. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications -- Commercial Items, with its proposal. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Thefollowing terms and conditions are added as an addendum to this clause: The contractor must sign an acceptance of the purchase order before the Contracting Officer issues a notice to proceed with the manufacture and installation of the equipment. Also, the Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the acceptance of the base bid item. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5, which are to be indicated by the contracting officer as incorporated by reference, are applicable to this acquisition: 52.203-6; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1; 52.232-34. (xiii) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. (xiv) Responses are due by 4:00 pm local time, September 11, 2000, at USDA Agricultural Research Service, Russell Research Center, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). (xv) Point of contact for this acquisition is Pat Lang, Procurement Technician, (706) 546-3533, fax (706) 546-3444. Posted 08/22/00 (W-SN488861). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0200 20000824\37-0002.SOL)

37 - Agriculture Machinery and Equipment Index  |  Issue Index |


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com