Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1997 PSA#1898

DIRECTORATE OF CONTRACTING, CONTRACTING DIVISION, BUILDING NUMBER 2102 B, FORT GORDON GA 30905-5110

34 -- MULTI ARM-EVAC II FILTRATION UNIT SOL DABT11-97-T-0061 DUE 073197 POC Contract Specialist SUSANNE MEREDITH (706) 791-1822 (Site Code DABT11) 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 and a written solicitation will not be issued. This solicitation is for a firm fixed price supply contract for line items 0001 through 0006. Standard Industry Code (SIC) is 3564, size is 500 employees. This procurement is a 100% set-aside for small business. Provisions and clauses are those in effect through Federal Acquisition Circular 90-46. Purchase Description: Line item 0001 Pace Multi Arm-evac II Filtration Unit,22 each, P/N 8888-0825; Line item 0002, Pace 1.75 Static Safe Metal Flex Arm, 40 each, P/N 8886-0369; Line item 0003, Pace Bench Mounting Brackets, 40 each, P/N 8886-1121; Line item 0004, Pace Flex Hoses with 3" to 2" Reducer, 20 each, P/N 8886-0299; Line item 0005, Pace 3" to 2" Reducers (2 PK), 10 each, P/N 8882-0770-P2; and Line item 0006, Pace Optional Multi Arm-evac II Silencer, 22 each, P/N 8885-0820. The minimum ventilation system(s) design criteria shall provide a hood type exhaust to be located at each individual soldering work station. Duct work must be appropriately sized to deliver flow rates and system must be balanced. System shall have flanged openings to increase capture rate. Consideration should be given to high efficiency particulate air (HEPA) filtration and returning of filtered air into occupied work space to conserve heating/cooling energy requirements. Flanged capture hood shall be attached to main exhaust duct using flexible, and non- combustible material. Fume extractor units shall be modular with each unit having the capability of handling two student positions. The units shall operate on 110 VAC, 60 HZ power and be of a size to fit under the student work benches. Size shall not exceed 12"X12"X15" and weigh not more than 35 pounds. Units shall have a dual filter system with a pre-filter efficiency of at least 85% or better and a second HEPA filter with an efficiency rating of 99.95% or better. Noise levels for units shall not exceed 59dBA at a distance of 2 meters. Units shall have a flow rate of at least 340 cubic meters per hour (200 cfm) or 170 cubic meters per hour (100 cfm) per inlet. Input arms shall be static safe metal flex tubing and be at least 1.75" in diameter. Arms shall be able to be fastened to the benches without any modifications to the benches (a copy of a drawing of this equipment will be faxed upon request). Equipment shall meet or exceed OSHA and safety regulations. A standard commercial warranty will be accepted by the government and incorporated in the contract. FOB: Fort Gordon, Georgia. Provisions and clauses applicable are: FAR clause 52.212-1, Instructions to Offerors-Commercial Items. Evaluation criteria for FAR clause 52.212-2, Evaluation-Commercial Items is price and technical capability of the equipment offered. Factors are equal in importance. Offerors shall respond to FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items and52.225-7006, Buy American-Trade Agreements-Balance of Payments Program Certificate and submit with the offer. FAR clause 52.212-4,, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR clause 52.232- 33, Electronic Funds Transfer Payment Methods; DFAR clause 252-212-7000; DFAR clause 252.212-7001; DFAR clause 52.232-7006, Reduction or Suspension of Contract Payments Upon Finding of Fraud; 52.243-7001, Pricing of Contract Modifications. Offeror must insert the remittance address, if different than the mailing address. The contractor shall submit invoices prepared in accordance with FAR clause 52.232-25, Prompt Payment in quadruplicate, to the following billing office: DAO-IN-Fort Gordon, ATTN: DFAS-IN/EM-TC, Building number 33604, Fort Gordon, Georgia 30905-5015. Payment will be made by electronic funds transfer (EFT) according to FAR clause 52.232-33. Offerors are reminded to provide the designated paying office with EFT information prior to or concurrent with invoicing unless you have already provided this information in the contract ordering guide/price list/catalog or have provided standing information to the paying office. Technical description and product literature of the items being offered shall be submitted in sufficient detail to evaluate compliance with the requirements of the solicitation . The government reserves the right to reject an offer, if offer lacks sufficient information for evaluation. Offeror is to enter its Commercial and Government Entity (CAGE) code and DUNS number on its offer. Deliver to: B-4 Warehouse, Building 2314, Fort Gordon, Georgia 30905. A pre-award survey may include financial resources, ability to comply with schedule and purchase description, past performance, past record of integrity and any other qualifications or eligibility requirements for receipt of award. Derogatory information obtained from the pre-award survey would be cause to determine the offeror non-responsible and therefore, ineligible to receive an award. Offeror is to provide three (3) references of previous government or private industry contracts of a similar nature, with address and phone number, which the offeror has performed in the last three (3) years to assist with the pre-award survey. One award will be made to the lowest responsive and responsible offeror whose offer meets the requirements of the specifications herein and found most advantageous for the government. This requirement is also advertised via the Federal Acquisition Network (FACNET, EDI). Offers must be received by the Directorate of Contracting, Contracting Division, Building 2102, Fort Gordon, GA 30905-5110 prior to 2:00 p.m. local time on July 31, 1997. Offers received in this office after time designated for receipt of offers will not be considered. Delivery is required no later than August 7, 1997. Faxed offers citing solicitation number DABT11-97-0061, ATTN: Ms. Meredith will be accepted at 706-791-8651. (0209)

Loren Data Corp. http://www.ld.com (SYN# 0269 19970730\34-0002.SOL)


34 - Metalworking Machinery Index Page