Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2001 PSA #2938
SOLICITATIONS

74 -- HIGH PERFORMANCE PRINT FINISHING EQUIPMENT

Notice Date
September 14, 2001
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
RFQ0035370
Response Due
September 24, 2001
Point of Contact
Garland Crosby, Contracting Officer, Phone 202-324-9013, Fax 202-324-0570, Email ppmscgcu@fbi.gov
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation number 0035370, the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 97-27. This solicitation is under the Simplified Acquisition Procedures (SAP). The North American Industry Classification System (NAICS) Code for this requirement is 421420 with a business size standard of 100 million dollars. This will be a Firm-Fixed Price, Brand Name or Equal contract for an Advanced Greig Laminator (AGL) 6400 high performance print finishing laminator. The requested equipment includes the following: The AGL 6400 laminator; LAMINATE -- thermal and pressure sensitive; LAMINATE MATERIAL WIDTH -- 62" maximum; LAMINATING SPEEDS -- 1 -- 20 fpm; LAMINATE TENSION -- 5 PLI maximum; MAXIMUM LAMINATE ROLL DIAMETER -- 12.5" diameter; ELECTRICAL REQUIREMENTS -- 220V AC/50-60Hz/single-phase/60 amp; PNEUMATIC REQUIREMENTS -- regulated and filtered 60 PSI. The AGL 6400 is equipped with the following: TWO -- heavy duty painted steel side frames; ONE -- 8" diameter x 64" roll face (web driven) top laminating roll covered with 45/55 Shore "A" Durometer silicone and equipped with internal electric heat and controls from ambient to 325 degrees F; ONE -- 8" diameter x 64" roll face (motor driven) bottom laminating roll covered with 45/55 Shore "A" Durometer silicone and equipped with internal electric heat and controls from ambient to 325 degrees F; FOUR -- Cantilevered unwind/rewind stations (two top and two bottom) with manually adjusted pneumatic brake and clutch assemblies for tensioncontrol and core chucks for 3" ID cores; ONE -- Centrally located cantilevered unwind stationwith manually adjusted pneumatic brake for tension control and core chucks for 3" ID core. Maximum rolll OD is 6"; ONE -- front operator control panel with forward/reverse, run/stop, heat and tension controls; ONE -- Remote operator jog foot switch; ONE -- Pneumatically controlled nip assembly with a 3" nominal opening and "Dial in" spacer system; TWO -- Photoelectric nip protection circuits; FOUR -- Emergency stop function switches; ONE -- Removable infeed table; ONE -- Removable outfeed table; ONE -- Infeed pressure plate assembly; TWO -- Safety cable emergency stop; TWO -- Rubber covered pull rolls; ONE -- pneumatically controlled pull roll assembly with a 2.375" nominal nip opening and "Dial in" spacer system; ONE -- Laminate cooling system; ONE -- Rear control panel with forward/reverse, run/stop, pull roll clutch and nip controls; FOUR -swivel casters and FOUR leveling bolts. Required options include: ONE -- Center Support Table; ONE -- 2nd Foot pedal; On site installation and training. The Contractor must provide complete equipment specifications along with their price quote. If items called for in the RFQ are identified by a "brand name or equal" description, the identification is intended to be descriptive, not restrictive, and must indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products will be considered only if such products and specifications are clearly identified in the quote and are determined by the FBI to fully meet the salient characteristic requirements of the products. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000), FAR clause 52.212-4 Contract Terms and Conditions- Commercial Items (May 2001). FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001) . Each offeror shall include a completed copy of the FAR provisions at 52-212-3, Offeror Representation and Certifications (Oct 2001) with its offer. This provision can be obtained via the Internet at http: //www.far.arnet.gov/far. All responsible sources may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (May 2001). The following factors, in descending order of importance shall be used to evaluate offers: quality of merchandise offered and price quoted. The destination is FOB to Cheverly, Maryland. All bids shall be submitted to the address listed on line number seven no later than 4:00 p.m. EST. Monday, September 24, 2001. The point of contact for all information is Garland L. Crosby Jr., (202) 324-9013. Quotes can also be faxed to (202) 324-0570.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOJ/FBI/PPMS/RFQ0035370/listing.html)
Record
Loren Data Corp. 20010918/74SOL002.HTM (D-257 SN50X6O5)

74 - Office Machines, Text Processing Systems and Visible Record Equip Index  |  Issue Index |
Created on September 14, 2001 by Loren Data Corp. -- info@ld.com