Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2002 FBO #0153
MODIFICATION

71 -- Stacking Chairs

Notice Date
11/29/2001
 
Notice Type
Modification
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
FN1084-02
 
Response Due
1/3/2002
 
Point of Contact
Tatea Cavanaugh, Contracting Officer, Phone 202-305-7302, Fax 202-305-7337/7350,
 
E-Mail Address
tcavanau@central.unicor.gov
 
Description
UNICOR, FEDERAL PRISON INDUSTRIES intends to enter into a five (5) year firm fixed price requirements type contract for stacking chairs to be delivered FOB destination to several UNICOR seating factories. The solicitation number is FN1084-02 and this solicitation is issued as an Request for Proposal (RFP). Offerors for the high density stacking chair must have a proven track record in the manufacturing of the chair which should consist of a minimum of 2 years of active production experience. In addition, offerors manufacturing facilities should be ISO 9001 certified and all processes involved in the seating line production should be completely documented. All stacking chairs should have a minimum structural integrity of 10 years. All stacking chairs must be stackable with and without arms unless bookracks or tablet arms are utilized. Chairs must be gangable with or without glides. PRODUCT STYLES AND OPTIONS: The high density stacking chairs must be offered in the following arrangements: Armless stacking that is: fully upholsterable; upholsterable with a foam pad which is at least 1/2 inch thick and a 1.5 density rating; standard plastic. Stacking arm chair that is: fully upholsterable; upholsterable with a foam pad which is at least 1/2 inch thick and a 1.5 density rating; standard plastic; and standard plastic chair with upholstered seat and back pad. Flip Up Tablet Arm, Bookrack, Glide Options: Hard plastic glides used for soft surface applications; Soft plastic glides non-marring for hard surfaces; Stainless steel glides used for hard surfaces; Ganging hard plastic glides used for soft surface applications; and Ganging steel glides used for hard surfaces. COMPONENT MINIMUM SPECIFICATIONS: All components must meet appropriate ANSI/BIFMA X5.4 Latest Revision Seating Tests: (See List) Section Description Status 5 BACK STRENGTH TEST -HORIZONTAL 7 BACK DURABILITY TEST - CYCLIC - HORIZONTAL 13 SEATING IMPACT TEST - CYCLIC 15 STRUCTURAL DURABILITY TEST 17 LEG STRENGTH TEST - FRONT AND SIDE LOAD 18 UNIT DROP TEST Seats, backrests, arm caps should be constructed of a medium impact injection molded polypropylene or its equivalent and have a textured surface on the seating area. In addition, these components should be offered in a minimum of 20 colors consisting of at least the following: Blue Shade Emerald Green Gray Green Tint Orange Shade Oyster Rouge Red Shade Red Tint 2 Sand Orange Tint 2 Sage Green Sarong Blue Turquoise White Warm Gray Dallas Blue Yellow Black Cobalt Blue Seat? The seat should be a minimum of 17.4 inches wide and 18.4 inches deep. In addition, the seat bottom should have a minimum of 8 injection molded bosses to facilitate seat attachment to the frame. Backrest - The back should be a minimum of 15.9 inches wide at the top and 12.1 inches tall. It should be contoured for comfort and attach to the frame in a minimum of 4 locations. Arm Caps - The arm caps should be a minimum of 6.5 inches long and 1.8 inches wide. The arm cap should secure to the frame in a minimum of 2 locations. Chair Frame - The chair frame should be constructed of solid wire with a minimum diameter of 7/16 inch and two 7/16 inch solid wire cross members. In addition, there should be a single 10 gauge strap and two 11 gauge straps to add structural integrity and facilitate seat mounting. The overall frame height should be a minimum of 29.7 inches high with a minimum seat height of 17.9 inches and a minimum front frame width of 19.2 inches. The frames should be offered in a bright duplex nickel chrome finish with a minimum average thickness of .0025 inches, and be in accordance with SAE AMS-QQ-N-290. An applied epoxy powder coat should be offered in a minimum of 35 colors including at least the following: Aluminum Aqua Lt. Bright Blue Black Brown Browntone Charcoal Chrome Dark Tone Garnet Green Dark Graphite Gray Innertone Lt. Lt. Medium Tone Pewter Gray Platinum Sand Silver Gray Lt. Sand Tan Brown Tan Taupe Umber Venetian Brown Vert. Lt. Tone Warm Gray White GNGR Aluminum GNGR Aqua Lt. GNGR Bright Blue GNGR Black GNGR Brown Special As an option, gangers can be welded to the frame to accommodate ganging. The Powder Paint coatings must meet the following performance specifications: Film Properties - Impact resistance will be in accordance with ASTM D2794, and shall show no cracking when tested at 100 inch lbs direct. Flexibility - The baked film shall show no evidence of cracking or flaking after a panel has been bent through 180 degrees over a 1/4" diameter rod, in accordance with ASTM D522. Hardness - The baked film shall withstand the firm stroke of a "H" pencil held at a 45 degree angle and pushed across the film surface without evidence of marring when viewed at an oblique angle in a strong light. Gloss - The gloss shall be determined in accordance with ASTM D523 at 60 degrees. Full gloss shall measure 90, plus or minus 5 units; semi-gloss shall measure 40, plus or minus 5 units. Adhesion - The baked film shall not be removed from the panel when the latter has been scored with a razor blade through the film to the bare metal surface in such a manner as to produce a grid of 2mm squares and a one inch wide piece of cellophane tape (scotch brand no. 898 or equal) is applied firmly to the grid surface and then quickly pulled from the surface. Baked film shall be scuff resistant and non-marking. Tablet Arm - The tablet arm should be constructed of solid wire with a minimum diameter of 7/16 inch offered in a bright duplex chrome finish. The top should be a minimum of 21 inches and a minimum thickness of .7 inches. The top should be constructed of a high pressure resin core board which should be hinged to allow seating ease. The arm must be field installable, must pivot and be mountable on either the left or right side of the chair. The chair becomes non-stackable with this option. Bookrack - The bookrack's outer frame should be constructed from a solid steel rod with an outside diameter of 5/16 inch and an inner frame with a minimum thickness of 1/4 inch steel rod. The bookrack?s minimum outside dimensions should be 17.1 inches wide and 14.9 inches deep. The chair will be non-stackable with this option and can only be utilized with chrome finished chairs. Transport Dolly - The transport dolly is constructed of tubular and plate steel which is painted with an electrostatically applied epoxy powder coat. The dolly must be able to accommodate 45 chairs in a space no larger than 22-1/2 inches wide, 79 inches high, and 38 inches deep. In addition, the dolly should have a minimum of two 5" fixed casters and two 5" swivel casters. UNICOR reserves the right to vertically integrate including the manufacture of any chair components or subcomponents. Offerors are not to submit pricing with their initial proposals. Offeror must complete the solicitation package in its entirety, except for pricing, by the deadline date for submission of offers. Offerors must also complete the Free Market Agreement forms which will be provided by UNICOR, Office Furniture Group, Attn: Tatea Cavanaugh, 400 First Street NW, 7th Floor, Washington, DC 20534 at a lster date. All responsible responsive offerors will be considered for award. The contracting officer has opted to conduct a competitive, anonymous, on-line reverse auction as described herein. The contracting entity has contracted with Free Markets Inc., for Free markets to conduct the auction for this solicitation. Free Markets refers to such an auction as Competitive Bidding Event (CBE). For the sake of consistency and to avoid confusion, this solicitation will similarly refer to such auction as a CBE. However, use of this phrase shall not be constructed to imply that this solicitation is being conducted under the procedures as set forth in FAR part 14. Rather, this solicitation is being conducted under the procedures set forth as FAR part 15. During CBE, offerors will provide pricing through submission of electronic offers via software that will be provided by Free Markets. The primary pricing competition for this solicitation will be through the online reverse auction. Free Markets will explain this process in detail and train each qualified offeror prior to the CBE. Offerors will have the ability to submit revised pricing during the CBE in response to prices submitted by other offerors. The identity of offerors will not be revealed to each offeror during the CBE. The final such revision during the CBE will be considered the offerors final proposal. The contracting officer reserves the right to conduct verbal or written discussion with respect to factors other than price with the offerors at anytime prior to award. During the CBE, offerors may revise their initial pricing proposal through submission of electronic offer during the anonymous CBE. This CBE shall constitute discussions with the offerors. Time and date for CBE will be announced at a later date. The contracting officer reserves the right to suspend or cancel the CBE at any time. If the contracting Officer cancels the CBE, Final Proposal Revisions will be requested by an amendment to the solicitation. Notwithstanding FAR 52.215-5 Offerors will submit pricing through the online mechanism supplied by Free Markets. Offerors will not submit pricing via any other mechanism including but not limited to post courier, fax, e-mail or orally unless specifically requested by the Contracting Officer. At the conclusion of the CBE, UNICOR intends to award the contract, to the eligible, best value responsible offeror. The contracting officer reserves the right to award to other than the low priced offeror or to make no award under the solicitation. Pricing will only be accepted through the competitive Bidding Event (CBE) as described herein. Period of performance is date of award through five (5) years thereafter. Delivery shall be seven (7) days for Quick ship and fourteen (14) days for standard. Offerors will be given the opportunity to propose alternate delivery times. Offerors may propose a consignment program which will be considered if determined to be advantageous to the Government. Offerors are required to submit sample chairs at the oral presentation for review by the technical team. Variation by quantity +/ - 0%. Offerors will be evaluated on the following criteria: Technical, Past Performance, Pricing, and Subcontracting Plan. Offerors are advised that the Government intends to evaluate offers and award on an all or none basis. This is a best value procurement. Solicitation will be available on our website at www.unicor.gov on or about November 27, 2001. A pre-proposal conference is tentatively scheduled for the week of December 4, 2001. Offerors may submit questions for the pre-proposal conference in writing to the contracting officer by sending an email to tcavanaugh@central.unicor.gov or by faxing questions to 202-305-7337. Copies of solicitation document will not be mailed. Additional information and specifications will be provided in solicitation document. All responsible offerors may submit an offer which will be considered. MODIFICATION 01: This modification is being issued to the synopsis that was originally posted to the FedBiz and CBD on 11/15/01. UNICOR will hold a pre-proposal conference on Monday December 10, 2001 at 400 First Street NW, Washington, DC. The conference will begin at 9:00am to 11:00am. Potential offerors may fax questions to 202-305-7337/7350 prior to the conference. The solicitation will be available on our website at www.unicor.gov, Business Commercial Opportunities, Furniture, Click on Solicitation FN1084-02 and download to your printer. All questions about the solicitation shall be directed to the contracting officer via email tcavanaugh@central.unicor.gov or via the above fax numbers. The solicitation document will be available on Tuesday December 4, 2001. No copies of the solicitation document will be mailed. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 02-MAY-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FPI-UNICOR/MMB/FN1084-02/listing.html)
 
Place of Performance
Address: UNICOR, FCI Morgantown Greenbag Road, PO BOX 1000 Morgantown, WV 26507 UNICOR, FCI Taft 1500 Cadet Road Taft, CA 93268 UNICOR, FCC Coleman 846 NE 54th Terrace Coleman, FL 33521
 
Record
SN00070745-F 20020504/020502214354 (fbodaily.com)
 
Source
FedBizOpps.gov 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.