Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2005 FBO #1459
SOLICITATION NOTICE

68 -- Chemical Dispensing System

Notice Date
11/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
MT731-06
 
Response Due
12/29/2005
 
Archive Date
1/13/2006
 
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; proposal being requested. Solicitation Number for this proposal is MT727-06; this solicitation is issued as a Request for Proposal (RFP). This RFP document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-06. NOTICE: This acquisition will be conducted through the reverse auction process with Global eProcure. All prospective offerors are to contact Ramanjit Singh (732) 382-6565 ext. 1034 or her e-mail address: rinki.singh@globaleprocure.com. Only those prospective offerors signed up for the reverse auction process will be considered for award. Each offeror will submit their pricing for this requirement through the reverse auction with Global eProcure. The North American Industry Classification System (NAICS) is 325998. UNICOR, Federal Prison Industries, Inc., intends to enter into a three (3) year firm-fixed price requirement type contract for a chemical dispensing system for two (20) wash tanks for the powder paint system for Federal Correctional Institution El Reno, OK. This is an ?All or None? requirement for the following items: Line Item: 0001, cleaner, phosphate liquid cleaner/phosphatizing compound for use in a multiple stage spray washer at 120-140 degrees. This compound must be molybdenum free, coating weight specification shall comply with federal specification TT-C-4900 TYPE 2. This compound shall not require additives, PH adjusters or sealing rinse additives to meet this specification. Estimated Quantity 75 Each. 1. Liquid Cleaner: Liquid cleaner/phosphatizing compound for use in a multiple stage washer at 130 - 150 degrees. This compound must be molybdenum free, coating weight specification shall comply with federal specification tt-c-490d type 2. This compound shall not require additives, ph adjusters or sealing rinse additives to meet this specification. See federal specification tt-c-490-d for specific cleaning instructions. 2. Physical Properties: Form: liquid; Type: Iron phosphatizer cleaner, Ph 1% solution: 2.9, Specific gravity: 1.245, Solubility: complete Foaming tendencies: low to none, 3. The proposed product shall be suitable for a three-stage iron phosphatizing wash operation. The material that conforms to product specifications must be able to accomplish a dual role of soil removal and provide the necessary profile for built up iron phosphate crystals. A single product shall clean and phosphatize, while not requiring the aid of cleaning additives or acidic ph adjusters. All bidders must be able to submit technical documentation that supports conformance with product specification. 4. Operating Ranges: The materials submitted that meet product specifications also must perform within the following operating ranges: Concentration: 2-4% by volume, Solution temperature: 130 - 150 degrees Solution PH: 3.5 to 4.5. 5. Process Description: First Stage: cleaner phosphatizer, Second Stage: non-heated overflowing rinse, Third Stage: non-heated overflowing rinse. 6. Performance requirements: Products submitted must be able to sustain a solution tank life of no less than four months under a two-shift production schedule. Conversion coating produced shall be uniform and have a minimum of 35MG/SQ.FT. salt spray hours of a coated panel using our existing powder paint (SHERWIN WILLIAMS) will exceed 500 hours. Flash rusting will be non-existent. 7. The successful bidder will supply automatic chemical dispensing system for two (2) wash tanks and will be responsible for maintenance at no cost to the government. This dispensing system must meet the following requirements. Be capable of a pumping distance of 200 Ft. and have a pump capable of an output of at least 80 GPM. The system must have automatic shutdown to prevent overflowing chemical. This will be alarm system to alert supervision of an error, and have a control panel that can be locked. The vendor will be responsible for any replacement parts needed to keep the feed system in good working condition. 8. Training the vendor shall conduct training classes for the powder coating personnel to explain interpretation of quality test results. Classes on proper chemical testing and handling will also be required. Instructions for ?trouble shooting? feed equipment and corrective measures must also be included in training. 9. Quality testing and support requirement: The successful bidder will provide the following services in conjunction with the contract award. This will be done at no additional cost to the government. 10. Test requirements: Bi-monthly monitoring of both paint systems installed at the factory. This monitoring will consist of successful bidder performing bi-monthly test on set of 20 gages CRS ASTM A366 panels. A set will consist of ten panels. Six panels will be 3? X 6? with a centered ?? hole located on the 3" dimension 1/2" from the end. All of the testing will be performed on these panels with the exception of tabor abrasion. Two panels will be 4" X 4" with a 1/4" hole centered. These panels will be used for tabor abrasion testing. A set will be completed for each system on the first and third Tuesday of each month. The factory will provide the coated panels. It will be the supplier?s responsibility to retrieve them at the above scheduled times. While on site for retrieval, the vendor will contact factory staff (Quality Assurance Manager, General Foreman, Factory Manager and Paint Line Foreman) and make themselves available for trouble shooting of the systems. Test on these panels will begin immediately and detailed test on these panels will begin immediately and a detailed test report will be provided to the Factory?s Quality Assurance Manger within 30 calendar days of the panel set acquired. The factory will submit another set of panels to an independent test laboratory for objective testing once each quarter. (Q-LABS) Independent test laboratory results will be considered as a ruling factor for all disputes. The first set of panels completed after initial installation of the chemical will be considered the master. A master for both paint lines will be kept by the Factory for the line of the contract. All testing will be conducted in accordance with the current USPS-P-1170B TYPE 1 and the current TT-C-490D TYPE 2. The test reports submitted will reflect the requirements pertaining to the above documents. 11. Service documents: The above support and technical services will be mandatory from the vendor supplying pretreatment. After initial installation, chemical must be made available with 72 hours. Orders will be made by phone or facsimile to expedite delivery. Verbal orders will be confirmed in writing. Chemical is to be delivered in 55 gallon drums, with the empty drums being picked up once every three months by vendor at no expense to the government. 12. Site visit: Bidders are advised that a site visit is recommended by each interested bidder where services are to be performed. Advance approval for site visitation can be accomplished by contacting the quality manager, factory manager, or general foreman at the factory. In no event shall failure to inspect the site constitute grounds for a claim after award of contract. 14. The UNICOR facilitie(s) utilizing this contract will be: UNICOR, Highway 66 West, El Reno, OK 73036. Quality Manager: Nancy Evans (405) 262-4875 ext. 369; Factory Manager: Larry Bowers (405) 262-4875 ext. 165; General Foreman: Rex Bohn (405) 262-4875 ext. 399. Line item 0002: Corrosion-Inhibitor, Solvent Based Liquid; Physical Properties. General characteristic solvent. Liquid form; clear amber color; Odor Solvent; Semi-dry film characteristics; humidity cabinet results (ASTM D-224), 6 days, Flash point less than 200 F. Specific gravity 0.810; density (lbs./gal) 6.75; Non-water Soluble. Estimated quantity 22,200 Lbs. Line item 0003: UST and Corrosion Inhibitor, Nitrate based final rinse for phosphatized metal, physical properties. General Characteristics (Neutral). Colors: brown/clear. Liquid form. Non-odor. Specific Gravity 1.130. Pounds/Gallon 9.43. Complete soluble. Low foam, Non-flash point/Phospates/Borates. Estimated quantity 11,198 Lbs. Line item 0004: Sodium Carbonate Buffer, Physical and Chemical properties. Physical state: Powder, White appearance, non-odor, specific Gravity 2.533, density 21.09lb/gal ph (1%) 11.3, Freezing Point: No data available, Boiling Point 752degree F/400 C Decomposes. Note: These physical properties are typical values for this product and are subject to change. Estimated quantity 2,250 lbs. SPECIAL NOTICE TO ALL VENDORS SUBMITTING AN OFFER. YOU ARE REQUIRED TO DENOTE THE ORIGIN OF EACH LINE ITEM OF THE PRODUCT(S)YOU ARE OFFERING IN THIS REQUIREMENT ON OR BEFORE WEDNESDAY, DECEMBER 30, 2005, 2:00 P.M. EASTERN TIME. NOTICE: Required delivery is three (3) business days after receipt of delivery order to Federal Correctional Institution, Federal Prison Industries, Highway 66 West, El Reno, Ok 73036, telephone (405) 262-4875. THE QUANTITIES SHOWN IN THIS REQUIREMENT ARE ESTIMATES ONLY AND NOT AN ORDER, AND DO NOT OBLIGATE THE GOVERNMENT. FUNDS WILL BE OBLIGATED BY EACH DELIVERY ORDER AND NOT THE CONTRACT ITSELF. 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. In accordance with 52.211-16, Variation In Quantity, Variations per delivery order is plus zero (0) percent /minus Zero (0) percent. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through three (3) year thereafter. The contractor will only deliver the items that have been designated by a delivery order. Items shipped without a delivery order will be returned at the contractor?s expense. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI El Reno, OK and Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 11:00 a.m. and 1:00 p.m. to 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for this contract will be Rex Bohn, General Foreman. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, P.O. Box 1000, Highway 66 West, El Reno, OK 73036, telephone (405) 262-4875. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under this contract fourteen (14) calendar days after the expiration of this contract. SECTION SPECIAL CONTRACT REQUIREMENTS. NOTICE: This acquisition will be conducted through the reverse auctioning process with Global eProcure. All prospective offerors are to contact Ramanjit Singh at (732) 382-6565 ext. 1034 or her e-mail address: rinki.singh@globaleprocure.com. Only those prospective offerors signed up and participate in this event will be considered for award. Each offeror will submit their pricing for this requirement through reverse auction with Global eProcure. Offerors will NOT SUBMIT prices with their quote by the closing date. The Contracting Officer has opted to conduct a competitive, anonymous, on-line reverse auction for this Request for Proposal (RFP). The Contracting Entity has retained Global eProcure for Global eProcure to conduct the auction for this quote. Global eProcure refers to its auction as a Web-based Bidding Event. To avoid confusion and the sake of consistency this solicitation will be Event MT727-06. During the reverse auction, offerors will provide pricing through submission of electronic offers the Global eProcure website. The primary pricing competition for this RFP will be through the online reverse auction. Global eProcure will explain the process in detail and train all interested contractors participating in this acquisition prior to the reverse auction. Offerors will have the ability to submit revised pricing during the reverse auction in response to prices submitted by other offerors. The identity of offerors will not be revealed to each other during the reverse auction. The Contracting Officer reserves the right to suspend or cancel the reverse auction at any time. If the Contracting Officer cancels the reverse auction, instructions on how to submit pricing will be requested by an amendment to this quote. Notwithstanding FAR 52.212-5, Offerors will submit pricing only through the on-line mechanism supplied by Global eProcure. 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 Event, UNICOR intends to award the contract, by Lot, to the eligible, low-priced, 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. Further information about the Event is provided through Global eProcure. Offerors should contact Ramanjit Singh at (732) 382-6565 ext. 1034 and/or e-mail at rinki.singh@globaleprocure with specific questions in preparation of the bidding event immediately upon receipt of this Request For Proposal. The date of the PRACTICE bidding event will take place Wednesday, December 28, 2005, 11:00 a.m. to 12:00 p.m., Eastern Standard Time. The Live bidding event will take place on Thursday, December 29, 2005, 1:00 p.m. to 2:00 p.m., Eastern Standard Time. All Offers with the exception of pricing, which is to be conducted through the reverse auctioning process, must be received on or before Thursday, December 29, 2005, 2:00 p.m., Eastern Standard Time. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity of one (1) drum per delivery order and a maximum delivery order of fifteen (15) drums per delivery order. 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-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, must be included with your offer. Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. The following clauses also apply to this solicitation: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items PARAGRAPH (d) DISPUTES shall be deleted and replaced with ?DISPUTES? THIS CONTRACT IS NOT SUBJECT TO THE CONTRCT DISPUTES ACTS OF 1978, AS AMENDED (41 U.S.C. 601-613). DISPUTES ARISING UNDER OR RELATING TO THIS CONTRACT SHALL BE RESOLVED IN ACCORDANCE WITH THE CLAUSE AT FAR 52.233-1 DISPUTES (JUL 2002)(DEVIATION) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial 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-Commercial. The following factors shall be used to evaluate offers: Past Performance, price and technical when combined are all 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 Subpart 4.11 Central Contractor Registration applies. FAR 52.52.212-1 Instructions to Offerors-Commercial Items (3)(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. FAR 52.204-7 Central Contractor Registration applies. FAR 52.204-8 Annual Representations and Certifications apply. FAR 52.204-6 Data Universal Numbering System (DUNS) Number applies. FAR Clause 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. Also, All Contractors MUST be registered in the Contractor Performance System (CPS). To register go to http://cps.od.nih.gov click on the hypertext ?Registration for Existing Contracts? listed under the column labeled ?Contractor Information,? read the information provided on the page and click the hypertext http://cpscontractor.nih.gov/, this will put you on the Login screen of the Contractor Performance System (CPS). On the right hand side of the screen you will see a question ?Registered to the New CPS yet?? Click here to start the process under the word ?BULLETINS.? Click the word ?here? which is in hypertext format. Enter the required information to register. If you have any questions you can contact CPS Support by E-Mail (cps-support-I@list.nih.gov) or call Jo Ann, Paulette or Alex on (301) 451-2771. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our web page http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. FAR 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, RFP Number MT727-06, fax your offer to (202) 305-2091 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Thursday, December 29, 2005, 2:00 p.m., Eastern Standard Time.
 
Record
SN00936143-W 20051124/051122211813 (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.