SOLICITATION NOTICE
43 -- Air Compressor
- Notice Date
- 1/31/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
- ZIP Code
- 20534
- Solicitation Number
- MT606-02
- Response Due
- 2/28/2002
- Archive Date
- 3/15/2002
- Point of Contact
- Alice Calabro, Contracting Officer, Phone 202-305-7331, Fax 202-305-7353,
- E-Mail Address
-
acalabro@central.unicor.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a supply contract for commercial items in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23 effective February 20, 2001. The solicitation number is MT606-02 and this is a Request for Proposal. This acquisition is 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 333912-Air Compressor. Proposals are due in this office Thursday, February 28, 2002 at 2:00PM ET. Federal Prison Industries Inc. intends to enter into a firm fixed price definite delivery/definite quantity type contract for one (1) Air Compressor. The Air Compressor may be a ?BRAND NAME OR EQUAL? TO: # EAU 200HP Gardner Denver, Electra-Saver, Rotary Screw Air Compressor, 208/3/60, 880 CFM @125 PSI consisting of the following: 1. Standard equipment: Turn valve automatic capacity control air end; Modulating inlet valve with selectable load/no load setting; Intensive injection oil injection with quad port delivery; Gear driven air end, D-flange mounted to wye-delta motor (460 volt, 3 phase, 60 HZ, 1800 RPM 1.15 SF, ODP); Air end drive motor is coupled through a permanently aligned, cushion type flexible coupling; Unitized air end/motor assembly mounted to the compressor with all angle elastomer vibration isolators; ASME coded air/oil reservoir with eliminator seperator element; Heavy duty, all welded steel base with forklift slots; Heavy duty canister typr 5 micorn inlet AIT filter; Package mounted oil sperator and trap; Thermostatic oil mixing valve; Pressure relief valve; Automatic blow down valve with muffler; Discharge check valve; Minimum discharge pressure valve; Lube system includes all galvanized steel fittings and steel piping; Corrosion resistant rigid control line tubing; Factory fill with AEON 9000 synthetic lubricant; Auto sentry ES+Series solid state, touchpad, microprocessor based control; NEMA 12 electrical control enclosure includes: Wye-Delta Main motor starter; Fan Motor starter; Control voltage transformer; Ammeter; CSA Certified electrics. 2. Full Quiet enclosure for the above model compressor. 3. Remote air cooled aftercooler; 4. Installation to include: Labor and necessary parts. Vendors quoting ?An EQUAL? or comparable model for the above specified model must provide proof of comparability. See FAR clause 52.211-6, Brand Name or Equal. The Contracting Officer?s Technical Representative (COTR) is Mr. Duane Lamper, Millwright Supervisor, USP Lewisburg, Pennsylvania, Telephone: 570/523-1251 Ext.398. The Contracting Officer at Lewisburg is Ms. Gina Reed, Telephone: 570/523-1251 ext.448. Prices will be FOB Destination. Delivery will be Monday through Friday, excluding weekends, Federal Holidays, and institution emergencies. Delivery address: UNICOR Lewisburg, (PO Box 1000), William Penn Road, Lewisburg, Pennsylvania 17837. Delivery Hours: 8:00AM to 1:30PM, no unloading between 10:30AM and 11:30AM. Variations in quantity are plus/minus 0%. Item are due to UNICOR within the following calendar days after receipt of order: 30 calendar days. The Contractor is required to submit a Certificate of Conformance with each order. Interested contractors may submit a proposal to mailing address UNICOR Federal Prison Industries Inc., Industrial Products Group, 320 First Street, NW Washington, DC 20534 Attn: Alice Calabro, Room 6035; and (if Hand-carried, Federal Express, UPS, etc.) send to: UNICOR, Federal Prison Industries, Inc., Industrial Products Group, 400 First Street, 6th Floor, Room 6035 N.W., Washington, DC 20534. Attn: Alice Calabro, Contracting Officer. Reference the solicitation number on the outside of the package. The proposal will be evaluated by the following Best Value Criteria : Price, Past Performance, Technical and Delivery. The following clauses are applicable to this solicitation: 52.204-6, Contractor Identification Number-Data Universal Numbering System (DUNS) Number; 52.211-6, Brand Name or Equal; 52.212-1, Instruction to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror-Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; 52.215-5-Facsimile Proposals; 52.232-18, Availability of Funds; 52-232-33, Mandatory Information For Electronic Funds Transfer Payment; and JAR 2852.270-70, Contracting Officer?s Technical Representative; 52.215-5, Facsimile Proposals, Number 202/305-7353 or 7354. 52.242-15, Stop-Work Order; 52-249-1, Termination of Convenience of the Government Services; and 52.256-2; Inspection of Supplies-Fixed Price and 52.204-3, Taxpayer Identification, 52.216-18-Ordering; 52.216-19-Order Limitations; 52.216-21-Requirements; 52.219-6-Notice of Total Small business Set-Aside; 2852.201.70-Contracting Officer?s Technical Representative; 52.203-6-Restrictions on Subcontractor Sales to the Government; 52.203-7-Anti-Kickback Procedures; 52.203-10-Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8-Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26-Equal Opportunity; 52.222-35-Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36-Affirmative Action for Handicapped Workers; 52.222-37-Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-9-Buy American Act; 52.219-23-Notice of Price Evaluation; 52.225-21-Buy American Trade Act- North American Free Trade Agreement Implementation Act; 52.222-21-Prohibition of Segregated Facilities; 52.252-2-Clauses Incorporated by Reference. The offeror is required to provide past performance information for the same or similar product from five of the most recent contracts, include the following information: Company name, contact person, telephone number, product/service provided, and dollar value of the contract. Offerors will submit signed and dated offers on Standard Form SF 1449 or Company letterhead stationary along with required certifications and representations, completed FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2001); ACH Form; Past Performance information (optional form FPI9999-999-9, Business Management Questionnaire) providing 5 references; Facsimile proposals are acceptable at 202/305-7353 or 7354, to the attention of Alice Calabro, Contracting Officer. Offers must be received no later than Tuesday, February 28, 2002 at 2:00PM ET. The proposal must include the company name, address, telephone number, technical description of the items being offered in sufficient detail to evaluate in compliance with the requirements in the solicitation, and a completed copy of Representation and Certifications-Commercial Items and acknowledge all amendments, if applicable. Offeror will hold prices firm for 60 calendar days from the bidding event date. If the offer is not submitted on a Standard Form SF 1449, submit the proposal on Company letterhead, with a statement specifying agreement with the terms and conditions stated in the solicitation. Offers that fail to furnish required representation and certifications or reject the terms and conditions of the solicitation may be excluded from consideration. All responsible/responsive contractors will be considered for award. Due to electronic payment procedures, all vendors must supply the company ACH information and TIN number. A completed ACH form is required prior to award. 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 specified expiration date, the Government may accept an offer or part of an offer after its receipt unless a written notice or withdrawal is received before award. The offeror must specify business size. Specification documents cited in this solicitation may be obtained from the General Services Administration, Federal Supply Service Bureau, Specification Section, Suite 8100, 470 L?EnFant Plaza, SW, Washington, DC 20407. Telephone 202/619-8978. This solicitation package along with detailed specifications and procurement forms is available at the UNICOR website: www.unicor.gov/procurement. For information regarding this solicitation you may contact Alice Calabro, Contracting Officer, Telephone 202/305-7331 or Fax 202/305-7353.
- Place of Performance
- Address: UNICOR Federal Prison Industries, Route 5 William Penn Road, Lewisburg PA
- Zip Code: 17837
- Country: United States
- Zip Code: 17837
- Record
- SN20020202/00020999-020131210151 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |