Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1996 PSA#1712

DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001

34 -- INDUSTRIAL PAINT SPRAY BOOTH SOL 1PI-R-0632-97 DUE 111896 POC Contract Specialist, TURNER, KYLE, 202-508-3900 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. The solicitation number is 1PI-R-0632-97 and this solicitation is issued as a Request for proposal (RFP). The date/time for receipt of proposals is Nov 18, 1996 at 1300 hours. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. This is a Small Business set-aside. The Standard Industrial Classification code is 5198, and small business size standard is 500. Contract Line item is: Industrial Wet Paint Spray Booth, floor style, pressurized, dry filter. The system will be comprised of but not limited to the following components: Paint Booth, Manual Conveyors, Paint Equipment, Spray Components, Paint Kitchen, Breathable Air System. The Paint Booth will be installed by the government, within the Federal Correctional Institution UNICOR Metals Factory, Pekin, Il. The following Statement of Work is furnished as guidance in preparing the RFP: Paint booth 18' W x 10' H x 12' L working depth. Conveyor openings are 2' W x 10' H. Construction is minimum 18 gauge pre-punched galvanized sheets. 42'' Heavy Duty Exhaust unit with 7 1/2 HP 460 3 phase motor rated for 22,500 CFM minimum. 10 each Fluorescent light fixtures (4 tube). Manometer gauge. 1 set of tri-fold entry doors 10' W x 9' H, with viewing windows. Industrial exhaust chamber with charcoal or carbon type filters. Bridge intake filter chamber. NEMA 12 pre-wired panel control system. 22,500 CFM air unit (Natural gas, outdoor mount, 230 volt, 3 phase, 80 degree temperature rise, 1,944,000 BTU's). 1 set of intake filters, 1 set of exhaust filters and grids. Includes all hardware and installation drawings. Contains Floor mounted conveyor and I-beam system with 10 hand push trolleys rated at 500 lbs per trolley and 5000 lbs per I-beam. The system should contain an Air-Assisted Airless Spray System to include stainless steel fluid pump, tips and portable cart, 25 ft air and fluid hoses, Air and fluid controls, fluid pick-up tube and hose. Respiratory Protection Series Breathing Air Purifier, will remove water, oil, dirt, rust hydrocarbons, scale and carbon monoxide. Panel mounted and includes a CO monitor to alert users when filters need replacement. The purifier shall contain the following: 1 each 100 CFM Panel Mounted Filter System; 100 CFM replacement filters; calibration Kit 36 calibration. 2 each cool tube AC unit; 25' starter hose kits with industrial interchange fitting; 25' extension hose; Mylar lens cover packs (25 per pack). 4 each respirator hood (inner bib style without headband). The paint kitchen should be 8' x 8' interior dimension for a fire rated storage building. The storage building will be provided with roof exhaust system and ventilator sized for storage building and shall be equipped with all OSHA required safety features for the building which it will be located. Contractor will fabricate and supply all required HVAC equipment for the entire system. Installation: UNICOR, FPI will do as much actual installation of all systems as possible. Contractor shall provide on site technical support to assist with the installation of all systems and will provide final systems inspection prior to start-up. Contractor shall provide training and an operation manuals to UNICOR, FPI personnel. Delivery of system is 30 days after award. Delivery/acceptance shall be at Destination to FCI, Pekin, 2600 S. Second St., Pekin Il 61554. A Firm Fixed Price contract is anticipated. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. Clause 52.212-2, Evaluation-Commercial Items is applicable. Evaluation procedures is: Past Performance and Price. The Government reserves the right to make award on initial offer received, without discussion. 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, 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 1:00 PM, Nov 18, 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 completed 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-Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders- Commercial Items, applies to this acquisition. Contact Kyle Turner at 202/508-3900, Ext 6675 for information regarding this solicitation. FAX questions are welcome at 202/508-8498. 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 this synopsis/solicitation, shall result in a binding contract without further action by either party. The offer 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,(0303)

Loren Data Corp. http://www.ld.com (SYN# 0183 19961030\34-0001.SOL)


34 - Metalworking Machinery Index Page