Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

32 -- CNC Panel Saw

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Schuylkill, P.O. Box 727, Minersville, Pennsylvania, 17954
 
ZIP Code
17954
 
Solicitation Number
FN1330-11
 
Archive Date
5/5/2011
 
Point of Contact
James W. Mitchell, Phone: 5705447335
 
E-Mail Address
jwmitchell@central.unicor.gov
(jwmitchell@central.unicor.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
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 are being requested and a written solicitation will not be issued. The solicitation number is FN1330-11 and this solicitation is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 02-19. The North American Industrial Classification is 423830 for Wood working Machinery Merchant Wholesalers. It is the intent of this solicitation to result in a Firm fixed Price Definite Delivery Definite Quantity Type Contract for the following items: Line Item 0001: Panel Saw Line Item 0002: Installation, training and startup Line Item 0003: Delivery, FOB Allenwood Panel Saw: PC Numeric Control With windows based operating system. Max. length of cut. 3800mm Pusher stroke 3200mm Saw blade projection 101mm Main Saw min 30hp Score saw min 3.5hp OSI Operator Interface "Pneumatic Quick Release" Tooling Helical Rack and Pinion Drive of the saw carriage Servo driven ball screw for raising and lowering of main and scoring blades "Digiset" Electronic Scoring Adjustment Automatic Rear Trim Ejection 480v electrical connection. Provide certified technician for relocation of existing saw. A technician will be required to provide installation of new machine and training to Unicor staff and inmates. Technician must be able to obtain an NCIC clearance to gain access into the institution. Offerors proposal must also specify lead time from placement of order to installation of machinery. Pricing should be fob origin freight costs should be listed as a separate line item on this proposal. All offerors must submit a bill of lading for all shipping cost over $250.00 in order to be paid for shipping of machinery. Failure to provide bill of lading will result in non payment of shipment until bill of lading is received. All offerors must provide descriptive literature and photos/cut sheets for item proposed. A clear and concise WRITTEN WARRANTY SHALL ALSO BE IN CLUDED IN PROPOSAL PACKAGE. Delivery shall be FOB Origin t o UNICOR Allenwood ROUTE 15, 2 MILES N. OF ALLENWOOD,ALLENWOOD PA 17810. ALL OFFERORS MUST SUBMIT A BILL OF LADING FOR ALL SHIPPING COST OVER $250.00 IN ORDER TO BE PAID FOR SHIPPING OF MACHINERY. FAILURE TO PROVIDE BILL OF LADING WILL RESULT IN NON PAYMENT OF SHIPMENT UNTIL BILL OF LADING IS RECEIVED. The COTR shall be Brian Smith, Quality Assurance Manager, FCC Allenwood,570-547-7950 x5654 blsmith@central.unicor.gov or Vernon Morgan, Operations Manager, FCC Allenwood 570-547-7950 x5653 vmorgan@central.unicor.gov. Provision at FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Ability to meet the specification 2) Past Performance 3) Price Technical and past performance, when combined, are equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Clause 52.212-2, Evaluation-Commercial Items applies. FPI9999.999-9, Business Management Questionnaire must be completed with a minimum of 3 references of contracts that are of similar size and complexity. Clause at 52-212-4, Contract Terms and Conditions-Commercial Items apply. Part (d) of clause 52.212-4 is replaced with the following: "This contract is not subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601 613). Disputes arising under or relating to this contract shall be resolved in accordance with clause FAR 52.233 1 Disputes (JUL 2002) (DEVIATION), which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. To view the full text clause FAR 52.233 1 Disputes (JUL 2002)(DEVIATION), go to http://www.unicor.gov/fpi_contracting." Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, applies, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I. 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS) applies. 52.216-18 Ordering. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 5/5/2011 through 7/3/2011. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. Vendors shall submit signed and dated proposals to UNICOR, Unicor Federal Prison Industries ATTN: James Mitchell (jwmitchell@central.unicor.gov) Contracting Officer UNICOR, Federal Prison Industries P.O. BOX 727. Minersville, PA 17954-0727 Phone number 570-544-7335. Proposals should be submitted on the SF1449. Proposal and certifications may also be sent by facsimile at 352-330-8149 or emailed to jwmitchell@central.unicor.gov. The date and time for receipt of proposals is 05/03/2011 NLT 2:30pm EST. Proposal must indicate solicitation No. 1330-11, time specified for receipt of offerors, name, address and telephone number of offeror, technical description of the item 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, a completed copy of representations and certifications at FAR 52.212-3, and acknowledgment of all amendments, if any. All proposals that fail to furnish required representations and certifications or information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions with offerors, therefore, the offeror's initial proposal should contain offeror's best pricing. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Tradeoff Process: It may be in the government best interest to consider award to other than the lowest priced offeror or other than the highest technical rated offeror. This process may include tradeoffs among cost/price and non cost factors and allows the Government to accept other than the lowest prices proposal if the perceived benefits of the higher priced proposal are determined to merit the additional cost. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Proposals or modifications to proposals received at the address specified for the receipt of proposals after the exact time specified may not be considered. Questions regarding requirement may be addressed in writing to James Mitchell. All forms necessary to submit a (quote or proposal) as well as all clauses and provisions referenced in this announcement may be accessed at the following web site: www.arnet.gov/far/current. A completed ACH form must be on file prior to contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FPI-UNICOR/SCH/FN1330-11/listing.html)
 
Record
SN02428618-W 20110421/110419235455-f45c98931f7c2ae39ea17d7057aab6f0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.