|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1998 PSA#2121Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 35 -- EXTRUSION EXQUIPMENT SOL 1PI-R-1097-98 DUE 070698 POC Lisabeth
L. Day, (202) 305-7304 FAX-(202) 305-7363 E-MAIL: Combined
CBD/Synopsis, LDay@central.unicor.gov. 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; proposals
are being requested and a written solicitation will not be issued. The
proposal number is 1PI-R-1097-98, and this solicitation is issued as a
Request for Proposal (RFP). The solicitation document and incorporated
clauses and provisions are those in effect through Federal Acquisition
Circular 97-04. The standard Industrial Classification is 3559, and
the small business size standard is 500 employees. UNICOR, Federal
Prison Industries, Inc., intends to enter into a two year firm fixed
price, indefinite delivery indefinite quantity supply type contract for
the following commercial items: Line Item 0001-UNICOR P/N PDCEP0052,
Extruders and downstream-3", QUANTITY 2, 2.5" diameter, 24:1 screw,
chrome plated for rigid PVC, 42" C/L, right to left operations,
non-vented barrel with bimetallic lining, double reduction gearbox with
belts and sheaves for 60 RPM, Base-mounted NEMA 12 power and control
cabinet with controllers for 5 barrel zones and three dies zones, feed
hopper, 40 HP motor, 460 phase v/30/60 Hz-. The extruder will have a
color mixing system included. The minimum rate will be 125 lbs per
hour. On-site training, (2) one-week classes of five people each,
minimum, including books, supplies, classroom time and hands-on time.
Machine mounting pads. Transportation, rigging, and placement
installation and setup, startup; Line Item 0002-UNICOR P/N PDCEP0055,
Extrusion-profile-sizing-tanks (2), QUANTITY 2, Direct vacuum, 4.5"
capacity, linear tank adjusting wheel, provision for side-to-side
adjustment, 14 foot long tank, closed loop water circulation system
with heat exchanger, eight-port water manifold with control valves,
230V/3 phase/60 Hz, transportation and rigging, installation and setup,
training as appropriate, machine mounting pads, startup, two one week
on-site training sessions will be provided; Line Item 0003-UNICOR P/N
PDCEP0065, Saw, QUANTITY 2, 4"X10" profile capacity 18" table travel,
42" C/L height, right to left direction, 16" DIA carbide-tipped blade,
1 HP, 230V/3 phase/60 Hz; Line Item 0004-UNICOR P/N PDCEP0056,
Extrusion-pullers, QUANTITY 2, 6.0" wide belt, 26" contract area, 5"
min. Feed opening, right to left feed, 42" C/L height, brushless 2.0 HP
DC drive, 230V/3 phase/60 Hz, digital line speed indicator, electronic
totaling footage indicator, pneumatic upper belt actuation, remote
belt speed controller, transportation and rigging, installation and
setup, training as appropriate. Guaranteed minimum shall be one each
for all line items and maximum not to exceed shall be two each for all
line items. Line items 0002, 0003, and 0004 pricing are to be
inclusive with line item 0001. Line items 0002, 0003, 0004, and 0001
comprise the basic elements for an extrusion line. The successful
Contractor will providea complete extrusion line. The line will be
capable of producing various extruded items. The successful Contractor
will be provided a sample item that will be produced at the
Contractors facility prior to shipment of equipment to FCI Beaumont.
The sample item to be produced is UNICOR part 3107240032g, living
hinge. Living samples will be provided to the successful Contractor.
All equipment, to include dies, used to produce the sample items will
be shipped to UNICOR Beaumont. UNICOR representatives will evaluate the
extrusion line at the successful Contractors plant and approve shipment
to Beaumont. Equipment, guaranteed minimum of one each, shall be
available for delivery no later than 10/15/98. Contractor shall be
notified in writing, by the Contracting Officer, for actual delivery
date. No early deliveries will be accepted. FOB Destination to Federal
Correctional Institution, Medium, UNICOR, Federal Prison Industries,
Route 4, Herbert Rd.., Beaumont, TX. FAR Provision 52.212-1,
Instructions to offerors-Commercial Items applies to this acquisition.
Vendors must include a competed copy of FAR Provision 52.212-3,
Offeror Representations and Certifications-Commercial Items with their
offer. The following clauses also apply to this solicitation: FAR
52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items, FAR 52.232-33, Mandatory Information
For Electronic Funds Transfer Payments, and FAR 52.232-34, Optional
Information For Electronic Funds. Contractor's may submit alternate
proposals for the Governments evaluation. Upon award of contract,
Contractor will be required to submit proposed whole line prior to
equipment being accepted by Government. Vendors may submit signed and
dated Federal Express or hand delivered quotes to: UNICOR, Federal
Prison Industries, Inc., Material Management Branch, 400 First Street,
NW, Washington, DC 20534, 7th Floor, ATTN: Bid Custodian. Proposals
may be submitted on the Standard Form 1449 or on letterhead stationary.
Proposals may also been faxed to (202) 305-7363. The due date and time
for receipt of offers is 1:00 PM Eastern Standard Time on July 6,
1998. All proposals must reference the solicitation number and the due
date for receipt of proposals. Additionally, each proposal must
contain the name, address, and telephone number of the Contractor as
well as any discount terms that are offered and the remit to address
(if different from the mailing address). Each proposal must contain a
technical description of each line item, in sufficient detail, to
permit evaluation. If proposal is not submitted on Standard Form 1449,
it must include a statement specifying the extent of agreement with
all terms and conditions of this solicitation. Any proposal that reject
the terms and conditions of this solicitation or do not include the
certifications and representations contained in FAR 52.212-3 may be
excluded from consideration. All Contractors must hold their prices
firm for 60 calendar days from the due date specified for receipt of
proposal. Any amendments hereby issued to this solicitation will be
synopsize in the same manner as this solicitation and must be
acknowledged by each Contractor. Any proposal or modifications to
proposal received after the specified due date for receipt of proposal
will not be considered. The Government will award a contract resulting
from this solicitation to a responsible Contractor whose proposal
conforms to the solicitation and is considered most advantageous and
best value to the Government. In accordance with FAR Provision
52.212-2, Evaluation-Commercial Items, evaluation will consist of price
at 40 percent and technical at 60 percent for award. Price shall be
evaluated by multiplying each offeror's proposed unit price by the
estimated maximum for each item taking into consideration any
applicable Buy American differentials. Discounts for early payment, if
offered, will not be considered in the evaluation for award. The
Government may make award with or without discussions. Therefore, the
initial proposal should contain the best terms from a price and
technical standpoint. A written notice of contract award or acceptance
of proposal mailed or otherwise furnished to the successful Contractor
within the time for acceptance specified in the solicitation shall
result in a binding contract without further action by either party.
Before the specified expiration date of proposals, the Government may
accept that the proposal or part of that proposal, unless a written
notice of withdrawal is received prior to award. Contractors shall
specify business size and classification, as required in FAR 52.212-3.
An addendum is added to FAR Provision 52.212-1, Instructions to
Offerors-Commercial Items to include FAR Provision 52.215-5, Facsimile
proposals. E-mail should be sent to Lday@central.unicor.gov. All faxed
proposals shall be directed to the Attention of Lisabeth Day,
Contracting Officer. Any documents cited in this solicitation may be
obtained by written or faxed requests or found on the Internet at
www.gsa.gov/far. (0169) Loren Data Corp. http://www.ld.com (SYN# 0216 19980622\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|