Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1998 PSA#2228

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

32 -- SANDER SOL 1PI-R-1211-98 DUE 120398 POC Rhonda Robinson (202) 305-7333 fax: (202) 305-7363 UNICOR, Federal Prison Industries requires a Wide Belt Sander to be furnished F.O.B. Destination to the Federal Correctional Institution at Talladega, AL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and written solicitations will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-07. Solicitation 1PI-R-1211-99, Request For Proposal (RFP) is under FPDS Product and Service Code 3220 and small business size standard is 500. The Government contemplates awarding a Firm-Fixed Price Contract for a period of 60 days ARO. Item: 0001 -- Wide Belt Sander, Quantity 1 each. Sander must meet the following specifications (listed by elements) Machine Specifications: 43" Sander, two-head sander, abrasive belt 75", 43" two-head high production widebelt sanders, abrasive belt length 75", abrasive belt mistrack limit switches, across-the-line- magnetic starters with 110 volt controls and overload protection, air operated disc brakes, located on main motor, for quick, positive stopping of sanding head in 4-7 seconds. 25HP, 15HP main motors (TEFC)-double head, centralized control panel, double infeed and double outfeed rubber-covered, spring-loaded holdown rolls, enclosed sanding head(s), Feed speed 15-45 FPM, infinitely variable 6" contact rolls on multiple head machines, 60-65 durometer 2-1/2" wide polishing platen on multiple head machines, heavy duty endless conveyer belt feed system, Infeed and outfeed panels hinged for easy maintenance, infeed loading area-21", interlocks located on all access doors, main motor percentage load meters, mechanical digital readout thickness opening indicator operates below 90 dBA, Operator manuals, control tags, danger signs and warning labels provided in English. Passline height 30-38", width 0-8" opening, 38" constant on bottom heads, POSI-TRAK solid-state electronic abrasive belt sensing with pneumatic tracking, Precision jacks for thickness control, Product flow from right to left when facing belt loading side quick release outboard support, single cylinder air tensioning of abrasive belt for increased belt life, thickness setup device, vacuum device to hold conveyor belt from sanding head (bottom heads only). Price to include startup assistance. Descriptive Literature shall be included with offer. Provision FAR 52.212-1, Instructions to Offerors-Commercial Items applies this acquisition. Clause FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders -- Commercial Items applies to this acquisition which indicates FAR Clauses 52.203-6, Restrictions on Sub-contractor Sales to the Government, with Alternate I, 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, 52.216-2, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.222-3, Convict Labor, 52.233-3, Protest After Award, 52.21914, Limitations on Subcontracting, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports for Special Disabled Veteran and Veterans of the Vietnam Era, 52.225-3, Buy American Act-Supplies, 52.229-3, Federal, State, and Local Taxes, 52.232-1, Payments, 52.232-8, Discounts for Prompt Payment, 52.232-11, Optional Information for Electronic Funds Transfer Payment. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Invoices shall be submitted after delivery with an original and two copies to the Business Manager. To constitute a proper invoice, the invoice must include the following information: Name of Company, invoice number and date; contract number, description, price and quantity of supplies actually delivered, shipping and payment terms, name (where practicable), title, phone number and complete mailing address of responsible official to whom payment is to be sent. The offer is to include the following: 1) a completed copy of the Provision FAR 52.212-3, Offer Representation and Certifications-Commercial Items; 2) Provision FAR 52.204-6, Contractor Identification Number-Data Universal Numbering System (DUNS) Number; 3) Provision FAR 52.225-1, Buy American Certification; 4) acknowledgment of solicitation amendments (if any). The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government, price and price related factors considered. Facsimile proposals shall be transmitted to (202) 305-7363. Written Offers shall be submitted to UNICOR, Material Management Branch, 400 First Street NW, 7th Floor, Washington, DC 20534, ATTN: Bid Custodian, on or before December 3, 1998 at 13:00PM. Offers may be submitted on SF1449 or letterhead stationery. Offers must indicate solicitation #1PI-R-1211-98, time specified for receipt of offers, name, address and telephone number of offeror, 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. If offer is not submitted on Form SF1449 or company letterhead, a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. All offers that fail to furnish required representations and certifications or information or reject the terms and conditions of the solicitation may be excluded from consideration, offer must hold prices firm in its offer for 30 calendar days from the date specified for receipt of offers, unless another time period is specified. Posted 11/20/98 (W-SN273626). (0324)

Loren Data Corp. http://www.ld.com (SYN# 0232 19981124\32-0001.SOL)


32 - Woodworking Machinery and Equipment Index Page