Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1996 PSA#1704

Dept of Justice, Fed Prison Industries, 320 1st Street NW - Material Mgt Branch, Washington, DC 20534-0001

72 -- TRAINING TABLE TOPS SOL 1PI-R-0615-97. POC Contract Specialist, Stoneberger, Louise, 202-508-3945. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. UNICOR is requesting proposals for its table top needs for a three year period. Solicitation Number is 1PI-R-0615-97 and this solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification Code is 2521 and small business size standard is 500. Contract Line Item 0001 is Training Table Tops, Size 24'' X 60'' and Line Item 0002 is Quarter Round Training Table Tops, Size 24'' X 24''. The definition of a 24'' X 24'' Quarter Round Table is 1/4 of a 48'' Wide Round Table. UNICOR will only purchase table tops. Variation in quantity +/- 1% Increase and +/- 0% Decrease. Each delivery order has a delivery requirement of 30 days after receipt of delivery order. Minimum delivery order shall be 300 each for Item 0001 and 30 each for Item 0002. Maximum delivery order quantities shall be 3,000 each for Item 0001 and 500 each for Item 0002. Split shipments could be applicable. Both Item Descriptions are: Light Gray Granite Type coloring, .030'' Phenolic backer sheet, Top shall overlap the sides in one piece construction without seams at the corners and will be the same material as the top, the table top shall have predrilled helicoil, drilling specifications to be given at time of order and material shall be capable of being scrubbed without dulling and without the need for buffing to maintain like new condition. Specific requirements for the plywood substructure and the plywood is not required, does not need a finished underside. Product to be densified solid surface polymer, fiberglass resin material, cultured stone material or similar type material. Material must be a minimum of 1/8'' thick adhered to a plywood core substrate with a minimum thickness of 1 1/8'' and the surface material overall dimension is 1 1/4'' or greater. Material must have the same color and pattern throughout the entire thickness of the material. All scratches and damage to material must be capable of being repaired and buffed in one step so as to appear new without noticeable evidence of previous damage. Product must contain a warranty of at least ten (10) years. All offerors must submit a sample for testing to the above specifications and according to the following testing procedures: All samples will be tested in the same manner and results will be observed and recorded. Minimum 12'' X 12'' samples will be sent to the Contracting Officer with your offer before the due date. The following tests will be conducted: (1) CORE DRILL TEST: All samples will be drilled as though they were going to be repaired and filled. We will use a DeWalt drill with a 1/4 inch steel drill bit. We will drill from the top of the sample through the substrate. Our observations will show the reaction of the material both on the surface and throughout the material. Strength of material and veinage throughout will be observed and recorded. (2) STRENGTH TEST: We will use each sample to bang against one another to simulate those instances were the tables would be banged against one another. Each surface will be banged against all others and results recorded. (3) CLEANING AND BUFFING TEST: We will test according to the cleaning and buffing applications typically used with the surfaces. We will simulate any possible cleaning scenario. The pad referred to is a standard green GSA scrub pad and the rag is a soft terry cloth towel equivalent. Our observation will be how the materials react. Estimated quantity is 8,000 tables for item 0001 and 2,000 tables for Item 0002. Evaluate low bidder as the lowest bid on the total items based on estimated quantities. A firm-fixed price requirements type contract for three (3) year contract is anticipated. This is a ``All or None'' solicitation/award. Period of Performance is Date of Award through three years thereafter. Initial delivery and acceptance is F.O.B. Destination to Air Force Academy, 2354 Faculty Drive, Colorado Springs, CO. Delivery orders will be placed by FCI El Reno, OK. Other delivery location(s) may be designated through modification at a later date. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial, Clause 52.212-2, Evaluation - Commercial - Items and Clause 52.216-21 Requirements, are applicable to this acquisition. Evaluation factors are: Past Performance and Price. The evaluation factors will be evaluated as being substantially equal. The Government reserves the right to make award on initial offer received without discussions. Offerors shall submit signed and dated offers, either on a SF33, or letterhead stationary to Federal Prison Industries, 320 First St. N.W., 4th Floor, ACACIA Bldg, Attn: Bid Custodian, Washington, D.C. 20534 or overnight or express mail to 311 First St N.W., ACACIA, 4th Floor, Attn: Bid Custodian. Facsimile offers are accepted at 202-508-8498. Clause 52.215-18 Facsimile Proposals is applicable. Offers must be received by 2:00 p.m., November 5, 1996 and indicate name, address and telephone number of bidder, technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address if different than mailing address, a complete copy of representations and certifications at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; acknowledgement of all amendments. Offeror must hold prices firm in its offer for 60 calendar days from the date specified for receipt. If offer is not submitted on a SF33, a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. All offers that fail to furnish required representations and certifications or information or reject the terms and conditions of the solicitation may be excluded from consideration. Clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Contact Louise Stoneberger at 202-508-3945 for information regarding this solicitation. Fax questions are welcome at 202-508-8498. A written notice of award or acceptance of a bid mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the bid, shall result in a binding contract without further action by either party. Before offer specified expiration time, 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 bidder must specify business size and classification. Documents cited in the solicitation may be obtained from the General Services Administration, Federal Supply Service Bureau, Specifications Section, Suite 8100, 470 L'Enfant Plaza, SW, Washington, D.C. 20407. Telephone 202-755-0325/0326. (291)

Loren Data Corp. http://www.ld.com (SYN# 0236 19961018\72-0001.SOL)


72 - Household and Commercial Furnishings and Appliances Index Page