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