Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2003 FBO #0675
SOLICITATION NOTICE

36 -- Non-Recovery Powder Coating Booth/Cure Oven

Notice Date
10/1/2003
 
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
DJU0068-03VC
 
Response Due
10/15/2003
 
Archive Date
10/29/2003
 
Point of Contact
Chyrel McPherson, Contracting Officer, Phone 202-305-7284, Fax 202-305-7356,
 
E-Mail Address
cmcphers@central.unicor.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes being requested. A copy of this solicitation can be downloaded from our web page at http://www.unicor.gov/procurement/provehic.htm. Solicitation Number for this quote is DJU0068-03VC, this solicitation is issued as a Quotation (Quote). This quote document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 01-15. The North American Industry Classification System (NAICS) is 325510. This requirement is 100% set-aside for small businesses. UNICOR, Federal Prison Industries, Inc., intends to enter into a firm-fixed price type contract for a Non-Recovery Powder Booth natural gas cure oven and manual spray gun system, The oven must have these applications: Designed for 450 degrees F operating temperature, preheat, dry-off and cure applications, aluminized steel four-inch insulated panel walls and ceiling, designed to built to NFPA, FM or IRI and OSHA Standards. UL listed electrical control panel. Double doors on one end only. Supply voltage must 120/208 Volt, 3 phase, 75 Amps. Inside dimensions must be 10? WX10?HX 12?D. No floor. Fuel type must be Natural Gas. No conveyor Slots. Powder Booth must have the following requirements. Booth must adhere to the Uniform Fire Code and the National Electrical Code. Fan motors must be 120/208, 3 phase; light fixtures must be 120 volts; solenoid valve is a single phase. Voltage must be stated (110/220) etc. Batch type booth will be used for large parts or ?racked? items. No conveyor openings; include all accessories. Manual spray gun system can be a Powder X Coating System Model #C85h or equal. Pneumatic Date: 7.0 bars; Electrical Data: single phase AC 100-13-/260 volts. Max Oil Vapor required: 0.1 PPM; power consumption; 35 VA Maximum air consumption: 9 C.F.M. The operating manual and Assembly instructions for all equipment must be included. The powder booth is needed to powder coat ?mild coat? parts such as gun racks, partitions, brackets, etc., for all Homeland Security Vehicles Required retrofitted in our plant. These parts are fabricated in our fabrication shop. These parts measure approximately 6?X6?X8? and smaller parts measuring 18?X 18?X 30?. The Cure/Batch Oven will be used to cure these fabricated parts once they have been powder coat booth. Spray Gun System will be used to spray the powder to the fabricated parts. This is an ?All or none? requirement. Vendor must install equipment and provide on-site training. Required delivery will be sixty (60) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Prison Industries, Federal Correctional Institution, ( Texas Highway 20, 2 miles South of Anthony), 8500 Doniphan Drive, Anthony, TX 79821. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. The following are the special instructions for packaging. Equipment must be crated when shipped. Panels must be skidded and banded for forklift handling fans, motors, filters, etc. can be packaged, but loose. In accordance with FAR 52.211-16, Variation In Quantity, Variations per delivery order is plus/minus zero (0) percent. The contractor will only deliver the items that have been designated by a delivery order. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI LaTuna, TX and Central Office, Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. FAR provision 52.246-15 Certificate of Conformance is included. JAR 2852.270-70 Contracting Officer?s Technical Representative applies. The COTR for this contract will be Elke Mosholder. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, P.O. Box 9000, Anthony, New Mexico, 88021, (915) 886-6600. The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their proposal prices firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Offerors-Commerical Items, applies to this acquisition. FAR provision 52.212-3, Offeror Representations and Certifications-Commerical Items with their offer. Offerors that fail to furnish the required representations and certifications or reject the terms and conditions of the solicitation may be excluded from consideration. The following clauses also apply to this solicitation: FAR Clause 52.212-4 Contract Terms and Conditions-Commerical Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commerical Items. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. FAR 52.212-2, Evaluation-Commerical. The following factors shall be used to evaluate offers: Past Performance, price and technical when combined are equal. The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. Offerors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are similar in scope to the requirement being evaluated. (List at least three (3) and no more than five (5) contracts for evaluation. References provided shall be for contracts performed within the past three (3) to five (5) years. All references provided may or may not be used in the evaluation of the contractor?s performance. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. FAR 52.204-6 Data Universal Numbering System (DUNS) Number applies. FAR Clause 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our webpage at http://www.unicor.gov/procurement/proforms.htm. FAR Clause 52.232-18, Availability of Funds applies. If offer is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitation to ATTN: Chyrel McPherson, Contracting Officer, Quote Number DJU0068-03VC, Federal Prison Industries, 320 First St., NW, 7th Floor-Fleet/Vehicular Group, Washington, DC 20534 or fax your offer to (202) 305-7356 in accordance to FAR 52.215-5, Facsimile Proposal. All offers must be receipted on or before Wednesday, October 15, 2003, 2:00 p.m., Eastern Standard Time. See Note Number 1.
 
Record
SN00445626-W 20031003/031001213148 (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.