Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1997 PSA#1869

Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752

45 -- LAVATORY-TOILET COMBINATION SOL RFQ 229-0042 DUE 070997 POC Wayne D. Daugherty, Regional Contract Specialist, (717) 547-1641, extension 547 (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as Request for Quotation (RFQ) 229-0042. (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 90-46. (IV) This solicitation is set-aside for small business with a Standard Industrial Classification Code (SIC) of 3432, the small business size standard is 500 employees. Other forms referenced herein are required to be completed and submitted with all quotes. (V) SCHEDULE: Contract Line Item Number 001 is a lavatory-toilet combination. Quantity is 24 each. (VI) Specification: Contractor to furnish the following item: 18" wide Lav-Toilet Comby-Fixture isarranged to be installed on finished wall and serviced from an accessible pipe chase. Metal Template is required for wall opening. Fixture is fabricated from type 304 stainless steel and is seemless welded construction with a satin finish. Cabinet interior is sound-deadened with fire-resistant material. There are no accessible voids or crevices where contraband can be concealed. Lavatory Bowl- Standard Oval Bowl is 14-3/4" x 9-1/2" x 5" deep. Standard elbow wast outlet is 1/-1/4" NPT female. Lavatory Valves -- Air Trol pneumatically operated, push-button valves using atmospheric air, non-metering direct acting type. Water will flow as long as the push-button is depressed. The Air-Trol valve can be remotely located up to 10 feet from the operating push-button. Valves have a .5 GPM flow control. Toilet is blowout jet type with elongated bowl and requires a minimum of 25 PSI flow pressure. Trap has a minimum 3-1/2" seal and will pass a 2-5/8" ball. Toilet seat has a sanitary high polish finish. Toilet waste outlet is 3" diameter, plain end for wall outlet. Furnish a fast drain, an integral self-draining soap dish and mounting hardware for walls up to 8" thick. This item is Acron Model #1418 with options CT-Centered Toilet Orientation; 2-On floor, wall outlet; BP-Bubbler, Penal; 4-Air Trol Valve, hot and cold; GX-Individual check stop; LW2-Lavy thru-wall extension and clean out; OS-Outlet size 1-1/2"; GW-Gasket work kit w/clean out, connecting to no-hub; HS-Hinged seat; FV-Flush valve; FVT-Flush valve thru wall connector; MT-Metal template; PH-Paper holder; or Equal. (VII) Delivery must be made no later than 60 calendar days after contract award. The warranty period will commence at the time of delivery to FCI Fairton, New Jersey. The place of delivery is the Federal Correctional Institution Fairton, Hwy 698, Fairton, NJ 08320. The shipping point is F.O.B. FCI Fairton. (VIII) Provision/Clause 52.212-1, "Instructions to Offerors -- Commercial" is hereby incorporated by reference. The following is an addenda to FAR provision 52.212-1; (1) At paragraph (c), "Period of acceptance of offers," the amount of time a quoter must hold its prices firm is hereby changed. A quoter must hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. (2) Paragraph (e), "Multiple Offers," has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purpose of this requirement. (3) The following clauses are also incorporated by reference: 52.204-6, Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.211-6, Listing of Used or Reconditioned Material, Residual Inventory and Former Government Surplus Property; 52.215-11, Authorized Negotiators. (4) Evaluation Factors for Award: Quoters are advised that quotes may be evaluated without discussions. Award will be made to the responsible quoter who is responsive to the items of the RFQ and is most advantageous to the Government. (IX) Provision/Clause 52.212-2, "Evaluation -- Commercial Items" is hereby incorporated by reference. If other than brand name is quoted, than a cut sheet is required. The cut sheet information will only be used to insure that it meets the requirements of the Specifications. Award will be made based on cost for all quotes that meet the requirements. (X) FAR Provision 52.212-3, "Offeror Representations and Certifications -- Commercial Items," shall be completed and submitted with the quote. (XI) FAR Clause 52.212-4, "Contract Terms and Conditions -- Commercial Items", the following is an addenda to FAR 52.212-4: 52-211-5, New Material; 52.211-7, Used or Reconditioned Material, Residual Inventory and Former Government Surplus Property; 52.211-8, Time of Delivery; 52.219-6, Notice of Total Small Business Set-Aside; 52.225-11, Restrictions on Certain Foreign Purchases; 52.247-34, F.O.B. Destination; JAR 2852.210-70, Brand Name or Equal -- (a) The terms "bid" and "bidders" as used in this clause include the terms "proposal" and "offerors". The terms "invitation for bids" and "invitation" as used in this clause include the terms "request for proposal" and "request". (b) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the invitation. (c) Unless the bidder clearly indicates in his bid that he is offering an "equal" product, his bid shall be considered as offering the brand name product referenced in the invitation for bids. (d)(1) If the bidder proposed to furnish an "equal" product,the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his bid as well as other information reasonably available to the purchasing activity. Caution to Bidders: The purchasing activity is not responsible for locating or securing any information which is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to ensure that sufficient information is available, the bidder must furnish as a part of his bid all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirement of the invitation for bids, and (ii) establish exactly what the bidder proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he shall: (i) include in his bid a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (XII) FAR Clause 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items", is hereby incorporated. The following clauses are incorporated by reference: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disables and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. (VIII) Quotations shall be RECEIVED at the Federal Prison Camp (FPC) Allenwood, Regional Contracting Office, P.O. Box 1000 (Mail) or Route 15, 5 Miles North of Allenwood (Other than Mail), Montgomery, PA 17752 by 3:00 P.M., July 9, 1997. For additional information, please contact Wayne D. Daugherty at (717)547-1641, extension 547. (0167)

Loren Data Corp. http://www.ld.com (SYN# 0251 19970618\45-0001.SOL)


45 - Plumbing, Heating and Sanitation Equipment Index Page