Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2025 SAM #8592
SOLICITATION NOTICE

J -- Halm Jet Press Rebuilds

Notice Date
6/3/2025 3:38:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FEDERAL PRISON INDUSTRIES, INC Sandstone MN 55072 USA
 
ZIP Code
55072
 
Solicitation Number
SV0180-25
 
Response Due
6/13/2025 11:00:00 AM
 
Archive Date
06/28/2025
 
Point of Contact
Wes Newell
 
E-Mail Address
wesley.newell2@usdoj.gov
(wesley.newell2@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Unicor, SV0180-25, SST1 Three (3) Halm Jet Press Rebuilds **************Edit on 6/3/2025**************************** Machine 1�s model was listed as JP-WOD-6D. This is incorrect. Machine 1�s correct model number is JP-TWOD-6D. The text has been updated. ********************************************************** SOLICITATION: Issued as Request for Quote (RFQ) for a Firm-Fixed-Price, Definite Delivery-Definite Quantity type contract. Set Aside: This is a 100% set aside for small business. Requirement: The complete rebuild and delivery of three (3) Halm Jet Press machines. Delivery: Unicor will coordinate and pay for freight to the place of performance (vendor�s location). Once rebuilt, the awardee is responsible to coordinate and pay for freight back to Unicor. This will be done one machine at a time. FOB Destination to: Unicor Sandstone 2300 County Road 29 Sandstone, MN 55072 SALIENT CHARACTERISTICS / ORDER OF EVENTS and EXPECTED SERVICES: Machine 1: JP-TWOD-6D, Serial # SJ5288, Swing Arm Top and Bottom Feeder Machine 2: JP-WOD-6D, Serial # SJ5779, Top and Bottom Feeder Machine 3: JP-WOD-6D, Serial # 5016, Top and Bottom Feeder Unicor will coordinate and pay for shipping to the vendor. First machine will be sent out (JP-TWOD-6D, Serial # SJ5288, Swing Arm Top and Bottom Feeder) The Press is stripped to the frame. Frame is cleaned, primed and painted. Replace all copper rollers, chrome rollers, printer ink rollers, water metering rollers, water form rollers, plate cylinders and shafts, blanket cylinder and shaft, bearings and bushings, and belts. Replace blanket pin assemblies. Replace all bearings, bushings, bogie wheels, pinch wheels, entrance shaft, feed belts and table delivery belts. Replace printer pusher chains, solenoids, and oil lines and fittings. Rewire the envelope printer and install new micro switches. Rebuild the ink fountains and feeders and vacuum pump. 180-day warranty covering parts and labor that are installed by the vendor. Vendor would coordinate and pay for shipping back to UNICOR. Unicor receives the first machine back completed. Unicor initiates the same process with the second Jet Press (JP-WOD-6D, Serial # SJ5779, Top and Bottom Feeder). Unicor receives the second machine back completed. Unicor initiates the same process with the third Jet Press (JP-WOD-6D, Serial # 5016, Top and Bottom Feeder). Unicor will receive all three fully rebuilt Jet Press machines within 12 months of award. Exact machine with the exact options will be returned once rebuilt. If a vendor finds that other services should be completed in addition, please let us know and quote it with the recommended work. Questions for this solicitation will be addressed in writing to: wesley.newell2@usdoj.gov. AWARD METHODOLOGY: This acquisition will be procured in accordance with FAR Part 12 � Acquisition of Commercial Items and Part 13 � Simplified Acquisition Procedures. The Government intends to evaluate quotes and award a contract that is the best overall value to the government, in accordance with FAR 52.212-1(g). The Government reserves the right to require the quoter to submit additional information as necessary to support a pre-award determination of responsibility. Price and past performance will be major factors when determining the best value to the government. CONTRACTOR�S RESPONSIBILITY: It is the responsibility of the Contractor to follow any Special Security Requirements of the correctional facility where the work is performed in the performance of the contract and to consider the effects of those security requirements in the pricing of the proposal. Contractor will be subject to NCIC check to enter federal property for delivery unless a commercial shipping service is used. PERIOD OF PERFORMANCE: UNICOR�s desired delivery is within 12 months or sooner from receipt of purchase order issued. Vendors are required to provide their best manufacturing/delivery time for evaluation. Delivery schedule will be established at time of award. OFFERS: Signed and dated offers are submitted by email to: wesley.newell2@usdoj.gov The date and time for receipt of quotes is: Friday, June 13, 2025, at 2:00 p.m. EASTERN STANDARD TIME (EST). Do not send offers via U.S. mail. OMB Clearance 1103-0018. Offer must indicate Solicitation No. SV0180-25, time specified for receipt of offer, name, address, telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Offer must include acknowledgment of all amendments, if any. THE FOLLOWING INFORMATION IS REQUIRED TO BE COMPLETED BY THE OFFEROR: SAM UNIQUE ENTITY IDENTIFIER (UEI): _______________________________________ VENDOR POINT OF CONTACT: _____________________________________ VENDOR TELEPHONE & FAX NUMBER: _____________________________ VENDOR EMAIL ADDRESS: ________________________________________ VENDOR BUSINESS SIZE FOR NAICS CODE 811310: Small Business (Y or N): _____________ By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database (System Award Management) prior to submitting a quote, during performance and through final payment of any contract resulting from this solicitation. The Contracting Officer is Wesley Newell at wesley.newell2@usdoj.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ee44a8f5ec44a8d85eb96ed7ef13f1c/view)
 
Place of Performance
Address: Sandstone, MN 55072, USA
Zip Code: 55072
Country: USA
 
Record
SN07463349-F 20250605/250603230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.