Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1998 PSA#2197

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

32 -- WOODWORKING MACHINERY AND EQUIPMENT SOL 1PI-B-2111-99 DUE 102198 POC Tatea R. Cavanaugh, 202-305-7302 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 being requested and a written solicitation will not be issued. The solicitation number is 1PI-B-2111-99 and this solicitation is issued as an Invitation For Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-07. Item 0001 -- 32MM Double Line Drilling Machine: The line boring machine will be used in a high production setting to construct office type furniture. The boring machine must be equal to or better than a Gannomat Pro-line 50. The following are the Minimum technical and salient characteristics: 2 each -- 25 spindle Boring heads, 32MM on center boring configuration. Bearing Replacement in the boring head must be accomplished without Complete tear down. One boringhead must remain in a fixed position And the second boring unit must be easily moved and have a digital Indicator/counter to identify positioning of head. Distance between Boring heads must range from 145 mm to 608 mm at a minimum. Each Boring head must be independently powered, with drive motors of 2 HP, 220V, 60HZ, 3 phase. The heads must be pneumatically operated, with independent boring capabilities. Hands free activation (foot Pedal) with emergency stop located on mobile stand. Each boring Unit will have, at a minimum, 3 individual clamping cylinders. Chip Free through line boring is required when boring all types of Materials. Stop fence adjustment, at a minimum, will be 0 -- 120 mm. Stop fence will be equipped with swing/tilt stops and setting gauge. Extensions ruler will be provided with a minimum length of 2000 mm And will be capable of use on either side of the machine. Table size Must be adequate to accommodate panel sizes of 962MM x 1088 mm And 600MM x 1700 mm. Dust collection system (exhaust)connection is Required. Drilling from below the work piece is required Item 0002 -- Universal dowel hole drilling machine: Drilling machine will be used in a high production setting to Construct case goods for office type furniture. Boring machine Must be equal to or better than a Gannomat optima 35. The following are the minimum technical and salient Characteristics/requirements: 1 ea-35 spindle head, 32MM on center Boring configuration, with pneumatic tilting head from 0 -- 90 Degrees. Bearing replacement in boring head must be accomplished Without complete tear down. Machining capabilities in the vertical and horizontal positions is required. Drill shank diameter is Required to be 10mm. 2 ea-minimum of HP, 220V, 60HZ, 3 phase main drive Motors. Minimum of 4 ea. Clamp hold-downs, pneumatically Operated. Hands free activation (Foot pedal) with emergency stop located on mobile stand. Chip free through boring capabilities with a hydraulic oil-break. Machine must be capable of boring panels 962MM x 1785mm and 600 mm x 1700 mm vertically and horizontally. Fence extension with swing/tilt stops may be used. Drill shank diameter is required to be 10mm. Through feed of the machine must Be approximately 1200 mm and working width approximately 1088 mm. Price should include delivery, set up, training, and technical manuals. Business Classification code is 3545 and small business size standard is 500. This is a full and open competitive Invitation for Bid for woodworking equipment, FOB Destination FCI Forrest City, AR. Bidders are advised that the Government intends to evaluate bids and award on a multiple award basis. The time for receipt of proposals is 2:00pm on Wednesday October 21, 1998. Bidders shall submit signed and dated bids to UNICOR, Material Management Branch, 320 First Street NW, 400 Building, 7th Floor, Washington, DC 20534, ATTN: Bid Custodian. Bids may be submitted on the SF1449 or company letterhead. Bids must indicate solicitation # 1PI-B-2111-99, time specified for receipt of bids, 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, acknowledgment of all amendments, if bid is not submitted on Form SF1449, a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. All bids that fail to furnish required representations and certifications or information or reject the terms and conditions of the solicitation may be excluded from consideration, bidder must hold prices firm in its bid for 30 calendar days from the date specified for receipt of bids, unless another time period is specified. Bids or modifications to bids received at the address specified for the receipt of bids after the exact time specified will not be considered. The Government will award a contract resulting from this solicitation to the responsible bidder whose bid conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate bids: technical capability of the item offered to meet the governments requirement and price. A written notice of award or acceptance of a bid mailed or otherwise furnished to the successful bidder within the time for acceptance specified in the bid, shall result in a binding contract without further action by either party. This is a brand name or equal requirement. All bidders offering an equal product should submit their descriptive literature with the bid prior to closing date and time. This solicitation incorporates clauses and provision that are in effect through Federal Acquisition Circular 97-07 and Federal Acquisition Regulation as follows: 52.212-1 Instructions to Offerors -- Commercial Items, 52.212-2 Evaluation -- Commercial Items, 52.212-3 Offeror Representations and Certifications -- Commercial Items, 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items. Period of Performance is date of award through 30 days after receipt of contract. Delivery acceptance is 30 days after receipt of contract. Delivery hours: 8:00am through 3:00pm, Monday through Friday notwithstanding Institution Emergencies and Federal Holidays. 52.211-16 Variation in Quantity: +/- 0%. 52.216-21 Requirements: The contractor shall not be required to make any deliveries under this contract after 30 days beyond contract expiration. 52.217-2 Cancellation of Items, 52.213-2 Invoices: Invoices shall be submitted to the Business Manager at FCI Forrest City, 779 SFC 806, Forrest City, AR 72335, Telephone Number: 870-630-6000, 52.232-18 Availability of Funds, 52.232-3 Notice to Supplier, 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.219-1 Small Business Concern Representation, 52.222-1 Certification of Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-23 Notice of Requirement for Affirmative Action to ensure equal opportunity, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled & Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans/veterans of the Vietnam Era, 52.223-6 Drug Free Workplace, 52.223-11 Ozone Depleting Substance, 52.225-1 Buy American Certificate, 52.225-3 Buy American Act- Supplies, 52.225-11 Restriction on Certain Foreign Purchases, 52.227-1 Authorization & Consent, 52.232-1 Payment, 52-232-8 Discount for Prompt Payment, 52.232-11 Extras, 52.232-18 Availability bity of Funds, 52.232-23 Assignment of Claims, 52.232-25 Prompt Payment, 52.232-34 Optional Information for electronic Funds Transfer Payment, 52.233-1 Disputes & Alternate I, 52.233 Service of Protest: Protest shall be filed with an agency and forwarded to Mr. Jack Rigsby, Chief, Material Management Branch, 400 First Street NW, Washington, DC 20534, 52.233-3 Protest after Award, 52.242-13 Bankruptcy, 52.242015 Stop Work Order, 52.243-1 Changes, 52.246-1 Contractor Inspection Requirements, 52.246-2 Inspection of Supplies, 52-246-16 Responsibility for supplies 52.246-23 Limitation of Liability, 52.247-34 FOB Destination, 52.249-1 Termination for Convenience of the government-Fixed Price, 52.249-8 Default (Fixed Price Supply ans Service), 52.232-3 Alteration in solicitation: There is no alteration in this solicitation at this time. 52.252-4 Alteration in contract: There is no alteration in this solcitation at this time. 52.253-1 Computer Generation of Forms by the Public, JAR 2852.270-70 Inspection and Acceptance of supplies and/or shall performed by COTR: Mr. Brad Jurgensen, 870-630-6000. 52.215-18 Facsimile Bids. Bids may be faxed to 202-305-7363 or 7365. Clause 52.204-6 Contractor IdentificationNumber -- Data Universal Numbering Systems (DUNS) Number: Bidder must specify DUNS number. Packaging and Marking: All shipments shall be labeled citing vendor name, contract number, weight, quantity, item and description. Shipment should be in accordance with commercial practices and adequate to insure acceptance by common carrier ans safe arrival at destination. 52.246-15 Certification of Conformance: All deliveries shall include a certificate of conformance. A written of award or acceptance of a bid otherwise furnished to the successful bidder within time for acceptance specified in the solicitation, shall result in a binding contract without further action by either party. Before a bid expiration time, the Government may accept a bid or part of a bid after its receipt unless a written notice of withdrawal is received be fore award. Documents and form cited in this solicitation may be obtained from the General Services Administration Internet web page (http://www.arnet.gov./far/). For information regarding this solicitation contact the Contracting Officer Mrs. Tatea R. Cavanaugh at 202-305-7302. Posted 10/06/98 (W-SN259593). (0279)

Loren Data Corp. http://www.ld.com (SYN# 0240 19981008\32-0001.SOL)


32 - Woodworking Machinery and Equipment Index Page