Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 23,1998 PSA#2080

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

35 -- WAVE SOLDERER SOL 1PI-Q-0061-98 DUE 050498 POC Sharon Jackson, Contracting Officer, 202.305.7306 E-MAIL: sjackson@central.unicor.gov, sjackson@central.unicor.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The quotation number is 1PI-Q-0061-98, and this solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-04. The Standard Industrial Classification is 3548. This acquisition is set-aside 100% for Small Business. UNICOR, Federal Prison Industries, Inc. intends to enter into a firm-fixed-price contract for the following commercial item: Wave Solderer, 1 each. Quoters must submit their quote as two (2) line items. Line item 001: Wave Solderer; line item 002: training, and quote is to include set-up and maintenance. The WaveSolderer is to be an automated system with digital controls and readouts. All instruments, controls and readouts are to be accessible from a central control panel, that allows the operator to independently control all process parameters. The wave solderer is to be equipped with a closed-loop feedback control system that will monitor performance and adjust output at predetermined time intervals. Conveyor drives and preheaters are to be monitored by the machine itself, so that external variables, for which the machine cannot compensate, will not affect them. The structural features of the Wave Solderer should allow operational ease and line of sight process viewing. Hoods, doors and/or panels are to allow full access to all of the interior subsystems of the machine. Personnel ground strap plugs are to be conveniently located on the machine, along with emergency stops at the load and unload ends. A finger type conveyor, with single-spaced, Titanium finger is to be mounted on a double chain conveyor to provide uniform clamping force on the circuit boards. A control panel with digital readouts of actual speed control and calibration functions, and computer controlled adjustable widths from 2" to 20". A liquid level alarm, an adjustable incline and finger cleaner systems are to be included in the overall machine. The machine should provide a high capacity roll-out solder pot, for easy accessability and ease of maintenance. Solder module controls to include closed-loop temperature and wave height controls, high/low alarms, auto start/stop of waves, exhaust interlocks, dual wave configuration for SMT requirements and a "soft stop" control button that enables immediate solder wave interrupt. The machine is to be equipped with a minimum of 2 to 3 zone, top and bottom, preheaters with low watt I.R. emitter panels. Heating elements are to be located outside of the flux drip zone for ease of cleaning, yet optimally positioned for efficient thermal cross section heating. Preheater system to include a closed-loop monitoring system, an integral hot air knife and a variable angle preheat assembly to adjust the effective intensity of emitted heat. A standard foam fluxer with a stainless steel tank and overflow tray, that either pivots or slides out for easy cleaning and maintenance. A 10 micron aerator stone, fully compatible with all foaming fluxes including low density fluxes. Quick disconnect air supply lines, flux air knife and internal exhaust to segregate flux fumes fro the rest of the machine. In addition, a digital flux controller that adds flux as it is depleted to maintain constant fluxer height in the tank and fluxer and thinner tanks to maintain pre-set flux density. The machine is to be equipped with a full function microprocessor controller with real time display of preset and actual parameters. Each sub-system of the wave solderer is to be monitored and controlled by a user friendly interface. The sub-system will be required to have on/off and automatic mode of operations and programmable capabilities for accurate and reliable process repeatability. All controls should be part of a closed-loop system that interacts with programmed data to provide continuous monitoring of process parameters. Controls to include 7-day programmable start-up counter, RS-232 interface, board counter, password protection, computer self-diagnostics, SPC fault monitoring and reporting, and parameter storage capabilities. Safety features to include low temperature solder pump disable, emergency main power switch, circuit breakers in lieu of fuses on all power lines, and key locked electrical cabinet. Training is to be completed within 30 days after the machine is in operation. FOB DESTINATION delivery is required by 7/30/98 to: UNICOR, Federal Prison Industries, 37940 N. 45th Ave. Dept. 1650, Phoenix, AZ 85027. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Thefollowing clauses also apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Vendors may submit signed and dated Federal Express or hand delivered quotes to: UNICOR, Federal Prison Industries, Inc., Material Management Branch, 400 First Street NW, Washington, DC 20534, 7th Floor, Attn: Bid Custodian. Quotes may be submitted on the Standard Form 1449 or on letterhead stationary. The due date and time for receipt of offers is 12:00 p.m. Eastern Standard Time on May 4, 1998. All quotes must reference the solicitation number and the due date for receipt of quotes. In addition to this, each quote must contain the name, address and telephone number of the quoter as well as any discount terms that are offered and the remit to address (if different from the mailing address). If quote is not submitted on Standard Form 1449, it must include a statement specifying the extent of agreement with all terms and conditions of this solicitation. Any quotes that reject the terms and conditions of this solicitation or do not include the certifications and representations contained in FAR 52.212-3 may be excluded from consideration. All vendors must hold their prices firm for 60 calendar days from the due date specified for receipt of quotes. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each quoter. Any quotes or modifications to quotes received after the specified due date for receipt of quotes will not be considered. The Government will award a contract resulting from this solicitation to a responsible quoter whose quote conforms to the solicitation and is considered most advantageous to the Government. In accordance with FAR Provision 52.212-2, Evaluation-Commercial Items, price shall be evaluated by multiplying each offeror's proposed unit price by the estimated maximum for each item taking into consideration any applicable Buy American differentials. Discounts for early payment, if offered, will not be considered in the evaluation for award. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. The initial quote should contain the best terms in price. A written notice of contract award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote shall result in a binding contract without further action by either party. Before the specified expiration date of a quote, the Government may accept that quote or part of that quote. Vendors shall specify business size and classification as required in FAR 52.212-3. An addendum is added to FAR Provision 52.212-1, Instructions to Offerors-Commercial Items to include FAR Provision 52.215-5, Facsimile Proposals. All faxed quotes shall be directed to the attention of Sharon Jackson, Contracting Officer at (202)305-7363/7365. Any documents cited in this solicitation may be obtained by written or faxed requests. NO CALLS PLEASE.***** (0111)

Loren Data Corp. http://www.ld.com (SYN# 0182 19980423\35-0001.SOL)


35 - Service and Trade Equipment Index Page