Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1998 PSA#2121

Dept 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