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