Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

99 -- Part Washer

Notice Date
3/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
865448
 
Response Due
3/26/2002
 
Archive Date
4/10/2002
 
Point of Contact
Sandra Carr, Contracting Officer, Phone 202-324-1474, Fax 202-324-5472,
 
E-Mail Address
scarrfbi@aol.com
 
Small Business Set-Aside
Total Small Business
 
Description
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. Proposals are being requested and a written solicitation will not be issued. Request for Quote (RFQ) 865448 is assigned and shall be referenced on any quotation. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-03. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. The Standard Industrial Code is 3087, (NAICS code is 325991) with a Business Size Standard of employees 500. This contract action will result in a Firm Fixed Price - One Time Buy contract. The requirement is being conducted as a Brand Name or Equal with the Brand Name being (Ramco Equipment Corporation) If offering other than Brand Name, the Equal must meet the salient characteristics. The requirement is: one (1) MK36CSS/TPM part washer. Brand Name (Ramco Equipment Corporation). Salient characteristics for the washer is; part washer shall have a TPM (Triproplylene Glycol Methyl Ether) is an independent unit in a modular arrangement, it features a 34"L x 21"W platform, stainless steel construction; polished stainless steel exterior panels, a TPM transfer pump and a stainless steel work grid on the elevator; solvent tank with agitation system; tank shall be made from stainless steel; tank shall have an elevator inside that shall hold a metal platform of a least 20" by 20"; tank shall have an internal depth of at least 24"; tank shall have an agitation system internal; tank shall have a leak proof and vapor proof lid: the automatic cycling package (available on wash only) consist of a power operated opening and closing cover interlocked with the pneumatic oscillating system and sequenced with the transport, the package improves production efficiency and protects prototype: Water Rinse; the part washer shall have a water rinse console (WRC); model MK36CSS/RU is the mating rinse unit for the system, it features a 24"L x 21"W platform, stainless steel construction, polished stainless steel exterior panels and a stainless steel work grid on the elevator, the rinse chamber includes a domed stainless steel lexan lid, built in rubber gloves, a spray wand and an air blow off gun used to detail prototypes after the wash, the console shall have internal dimensions of at least 26" wide by 26" long by 26" deep; console shall have a leak proof lid; console shall have permanent right and left hand glove attachment, the gloves shall be resistant to TPM, Isopropyl alcohol and epoxy photopolymers: water recycling system: model SA-WRU is a remote recycling station mounted on the right hand side of the rinse unit, it processes the rinse water for re-use with ultraviolet light and filters, it is a close loop system that incorporates a storage tank, demand pump and water gun with adjustable spray nozzle, when the trigger is pulled the recycled water is pumped from the storage tank into the rinsing chamber, water from the final spray tank is continuously metered into the rinse station, which in turn flows over into the UV light tank creating an automatic turn over (recirculating of the system), washer shall have a water system (WRS); WRS shall process the rinse water from the WRC using ultraviolet light and filters to remove the TPM, Isopropyl alcohol, epoxy photopolymers and any trace organic; WRS ultraviolet light will be strong enough to cure all resin remaining in the rinse; WRS shall provide a storage tank and return for the recycled water, the return shall have a pump and go into the WRC: The contractor must install the parts washer system. The contractor must install the system within 30 days from the date an order is placed. The contractor must supply its installer with all the tools necessary to remove the old unit and install the new one; the contractor is responsible for the removal of the old unit from FBI space. The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an "equal" the Offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an "equal" product, the brand name, if any of the products to be furnished shall be inserted on the proposal. The evaluation of quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To insure that sufficient information is available the vendor must furnish as a part of his/her quotation all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the equipment. If the vendor proposes to modify a product so as to make it conform to the requirements of this announcement he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. The government reserves the right to request product samples which can be tested for compatibility. Standard commercial warranty is one year. FOB-Destination Quantico, VA 22135 -- All quotes shall be submitted by facsimile only to the listed number below, no later than 4:00pm EST, March 26, 2002, and be clearly marked with RFQ 865448. No hand carried proposals will be accepted. The point of contact for all information is Ms. Sandra Y. Carr, Contract Specialist, at the address and phone number listed above. Also, all potential bidders are hereby notified that due to security requirements, Federal Express, D.H.L., UPS, ETC., deliveries for the FBI Headquarters facility are now received at an off-site location. Therefore, the normal response time of 15 days has been extended to 25 days. The FBI has allowed five (5) extra days from the release of the CBD synopsis/solicitation for receipt of a quote. Bidders are hereby notified that if your quote is not received by the date/time and at the location specified in the announcement, it will be considered late/non responsive. The following clauses and provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors - Commercial Items (October 2000); Offerors may download the RFQ by accessing the FedBizopps website at www.fedbizopps.gov., FAR clause 52.212-4 Contract Terms and Conditions - Commercial Items (Dec 2001); FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders - Commercial Items (Dec 2001). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification - Commercial Items (Dec 2001); FAR provision 52.212-2 Evaluation - Commercial Items (January 1999). The full text of clauses are available from the Contracting Officer or may be accessed electronically at http://www.arnet.gov/far. The Government will award to the responsible offer or whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The evaluation criteria for this solicitation will consist of technical capability of the offered items to met the agency requirements, past performance and price. Technical capability and past performance when combined are significantly more important than price. Offerors shall provide names, addresses and telephone numbers of all customers, either Government or commercial, that have received the same product during the past one year (this information is needed for the evaluation of past performance). Faxed quotes will be accepted and, in fact, are encouraged at (202) 324-5472. Quotes must state name, address and RFQ number. A technically acceptable quote must clearly show that the offer can meet the minimum requirement of the Government. Award to be made within two weeks after closing.
 
Place of Performance
Address: N/A
Country: USA
 
Record
SN00036809-W 20020308/020307124723 (fbodaily.com)
 
Source
FedBizOpps.gov 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.