Arkansas Bids > Bid Detail

4 AXIS CNC MACHINE

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159731067103268
Posted Date: Aug 22, 2023
Due Date: Aug 25, 2023
Solicitation No: FN1556-23
Source: https://sam.gov/opp/1d3562f80b...
Follow
4 AXIS CNC MACHINE
Active
Contract Opportunity
Notice ID
FN1556-23
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON INDUSTRIES, INC
Office
FEDERAL PRISON INDUSTRIES, INC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 22, 2023 02:02 pm EDT
  • Original Date Offers Due: Aug 25, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3695 - MISCELLANEOUS SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Forrest City , AR 72335
    USA
Description





SECTION A - Solicitation FN1556-23





SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS



Federal Prison Industries (FPI), which operates under the trade name UNICOR, is a wholly-owned Government Corporation within the Department of Justice, under the Federal Prison System. The Corporation was created by Congress in 1934, and provides employment, education, and training opportunities to inmates under Federal custody. UNICOR operates approximately 99 factories in over 64 locations. Its production lines are extensive and include over 250 different products and services sold to other Federal Agencies and the Department of Defense.



GENERAL INTENTION: It is the intent of this solicitation to result in a one (1) Purchase Order Firm Fixed Price for a 4 Axis CNC Router to be used in the UNICOR's Furniture Production Factory for FPI Forrest City, ARKANSAS.





Product is to be delivered FOB Destination to the following UNICOR locations:







UNICOR FCI FORREST CITY, 1400 Dale Bumpers Rd, Forrest City, AR 72335.





This solicitation is expected to be a single award Firm Fixed Price Contract with a 100% small business set aside. The NAICS code for this requirement is 333310 Commercial and Service Industry Manufacturing number of Employees 1,000.





All offerors shall read the solicitation in its entirety prior to submission of any questions. All questions SHALL be submitted in writing. At no time shall offerors contact individuals at the individual factories.





No questions will be answered verbally. All questions shall be submitted in writing to brent.ponder@usdoj.gov by August 23, 2023 at 1:00 pm EST and must reference the solicitation number FN1556-23 in the subject of the request. No questions will be answered after that date. An amendment will be issued with answers to all questions received before the deadline date for questions.





Any amendments issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror.



Solicitation number is FN1556-23 and this solicitation is issued as a Request for Quote (RFQ). It is anticipated that this solicitation will result in a Single Award.





Offer closing date is Friday, August 25, 2023 at 1:00PM EST. Quotes received after this time WILL NOT BE CONSIDERED FOR AWARD. Questions shall be emailed to brent.ponder@usdoj.gov no later than August 23, 2022 at 1:00 pm EST. Questions received after this time will not be answered.





The following information pertains to the Standard Form 1449 Solicitation:



OMB 1103-0018



The offer acceptance period is 90 calendar days. Block 31b, Brent Ponder, Contracting Officer





NOTE: UNICOR may add other factories or materials to contract at a later date through a modification to the awarded contract.



All solicitations (also future procurement) and any other information (amendments, etc.) may be obtained through SAM.gov at www.sam.gov.





All offerors must complete the following information prior to submission of offer to be considered for award, in addition to the requirements of Section L



Offerors must email proposals to Brent Ponder, Contract Specialist, at brent.ponder@usdoj.gov. The proposal must have the solicitation number FN1556-23 in the subject line of the email. All amendments must be signed and dated and submitted with proposal.



Offerors must also send one copy of the proposal and all amendments (signed) via FedEx to:



FPI FCC Forrest City/UNICOR



1400 Dale Bumpers Rd.



Forrest City, AR 72335



ATTN: Brent Ponder.



The postmark on this package should be on or before the solicitation deadline.



All solicitations (also future procurement) and any other information (amendments, etc) may be obtained through SAM.gov at www.sam.gov.



All offerors must complete the following information prior to submission of offer to be considered for award:





1. ACH Form - which can be found on UNICOR website at www.unicor.gov About UNICOR - Doing Business with UNICOR



For vendors



Electronic Vendor Payment



Scroll down to ACH Form, Print and submit with written offer





2. Complete the ACH form and registration in SAMS http://sam.gov formerly known as CCR and ORCA. The ACH form can be found on UNICOR's webpage at www.unicor.gov. For the ACH form click on Doing Business with UNICOR



For Vendors



Electronic Vendor Payment



Scroll down to ACH Form, Print and submit with written offer. What is SAM?



The System for Award Management (SAM) is combining eight federal procurement systems and the Catalog of Federal Domestic Assistance into one new system. The benefits of SAM include streamlined and integrated processes, elimination of data redundancies, and reduced costs while providing improved capability.



With one user ID and password, SAM will benefit contractors by providing access to all the capabilities associated with:



1. Registering to do business with the Government



2. Representing/Self-Certifying as a Small Business



3. Viewing Business Opportunities - www.sam.gov



4. All offerors must complete the Business Management questionnaire with three references from the past three (3) to five (5) years that are the same or similar in scope to this requirement. References that are not for the same or similar items in the solicitation will receive neither favorable or unfavorable rating.



5. The UEI and TIN numbers must match your information on www.sam.gov



UEI Number:



TIN Number:



If UEI and TIN numbers do not match SAM information, no award will be made to that offeror.



6. One (1) copy of entire proposal must be included in proposal package. Preferred method of submission via email:



brent.ponder@usdoj.gov



7. Statement of Work will be included with solicitation



8. Signed and dated copies of the proposal and all amendments to the solicitation.





The NAICS code associated with this requirement is 333310 4 Axis CNC Machine





NOTICE TO GOVERNMENT WHEN CONTRACTOR(S) DELAYS:



In the event the contractor(s) encounter difficulty in meeting performance requirements, or when there is an anticipated difficulty in complying with the delivery terms or completion dates, or whenever the contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely delivery/performance of this contract, the contractor must immediately notify the Field Administrative Contracting Officers at UNICOR ASHLAND or in writing, giving pertinent details. This information will not be construed as a waiver by the Government of the required delivery schedule, or the Governments rights to impose consideration against delinquencies or other remedies provided by this contract.





Contractor agrees that FPI is in the category of the most favored or best commercial customer category of the Contractor and as such, the Contractor will:



During the contract period, the Contractor shall report to the Contracting Officer all price reductions offered to the category of customers that are considered by the Contractor to be their most favored or best commercial customer.



1. A price reduction shall apply to purchases under this contract if, after the award date, the Contractor-



i) Revises downward its commercial catalog, price list, schedule, etc., to its best commercial customers (or category of customers) below the awarded price under this contract;



ii) Grants more favorable discounts or terms and conditions to its best commercial customers than those contained in this contract that would result in prices below the awarded price under this contract, an/or



iii) Grants special discounts to its best commercial customer (or category of



customers) that would result in prices lower than the awarded price under this contract.



2. The Contractor shall offer the price reduction to FPI with the same effective date, and for the same time period, as extended to the commercial customer (or category of customers).



The Contractor may offer the Contracting Officer a voluntary price reduction at any time during the contract period.



The Contractor shall notify the Contracting Officer of any price reduction subject to this clause as soon as possible, but not later than 15 calendar days after its effective date.





Future requirements for these or similar items from this or other UNICOR factories may be added to the resulting contract if considered to fall within the scope of work and the price is determined to be fair and reasonable.





INVOICES ARE TO BE EMAILED TO:



Accounts.payable@usdoj.gov



Department of Justice – Justice Management Division



ACQUISITION POLICY NOTICE



July 31, 2023



2022-02D



Acquisition Policy Oversight



COVID-19 Contractor Protocols - Update



Executive Order (EO) 14042, Ensuring Adequate COVID Safety





CONTRACTOR’S RESPONSIBILITY: It is the responsibility of the Contractor to follow any Special Security Requirements of the facility where the work is performed in the performance of the contract and to consider the effects of those security requirements in the pricing of the proposal.





WAGE DETERMINATION APPLICABLE TO THIS CONTRACT: The Service Contract Act (SCA) applies to this contract. The applicable SCA Wage Rate Determination is attached at the end of the contract text. Payment will be made to individuals used in the performance of this contract at the rates of wages contained in the wage rate determination





DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT



For three of the five years immediately prior to submission of your offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services to any Federal Bureau of Prisons facility must have:





1. legally resided in the United States (U.S.);



2. worked for the U.S. overseas in a Federal or military capacity; or



3. been a dependent of a Federal or military employee serving overseas.





If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm





By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction.



INVESTIGATIVE PROCEDURES FOR CONTRACTORS, CONSULTANTS AND VOLUNTEERS



The Bureau of Prisons (BOP) policies regarding investigative procedures for contractors and consultants are set forth in Program Statement (P.S.) 3000.02, Human Resource Management (HRM) Manual and P.S. 4100.03, Bureau of Prisons Acquisition Policy (BPAP). In particular, the HRM Manual requires detailed security procedures for all individual contractors including contractors performing pursuant to any purchase order or any purchase card transaction, for which the period of performance is equal to or in excess of 30 days. Additionally, the policy is applicable whenever a contractor is performing pursuant to more than one purchase order or more than one purchase card transaction, for which the periods of performance, when combined, are equal to or exceed 30 days. The requirements of the HRM Manual, Part 731.2 and BPAP Part 37, for implementing such procedures for individual contractors for periods of service exceeding 30 days include:





Procedures Implemented by Human Resource Staff:



1) National Crime Information Center (NCIC) Check



2) Name Check





Procedures Implemented by Program Manager:



1) FD-258 Fingerprint Check



2) Law Enforcement Agency Checks



3) Vouchering of employers over the past five years



4) Completed SF-171 (Application for Federal Employment or



Resume/Personal Qualifications



5) Completed Contractor Pre-employment Form Release of



Information



6) National Agency Check and Inquiries (NACI) Check if



applicable



7) Urinalysis





In addition to the above procedures, BPAP Part 37.103 states that Contracting Officers must ensure through the contracting process that each prospective individual contractor is advised that a urinalysis is required prior to contract award. Prior to award, the Contracting Officer shall also obtain from the Personnel Officer or the appropriate Cost Center Manager, written assurance that investigative procedures have been completed for contracts awarded to individuals. For contracts awarded to companies, this written assurance must be received prior to the contractor beginning performance. The HRM Manual, Part 731.2 states if the contractor is a company providing construction or maintenance services, all of the above procedures are required except for vouchering, urinalysis testing and law enforcement agency checks, however, the contractors employees must be closely supervised by institution staff.



































SECTION C - DESCRIPTION-SPECIFICATION WORK STATEMENT





Statement of Work



SPECIFICATIONS & RESPONSE REQUIREMENTS FOR MACHINE BIDDING



The CNC machine needs to be configured to drill, bore, route, cut, chamfer, engrave, dado, profile, and groove numerous panels and tops. All quoted machines must be able to perform to the equivalent of these specifications.






  1. The CNC machine needs to be configured with a 31-Spindle Boring Head: 21 Vertical, 10 Horizontal,90 degree saw

  2. The CNC machine needs to be configured with a Vertical Router Spindle

  3. The CNC machine need to be configured with a C-Axis

  4. The CNC machine needs to be configured with 14 position HSK-63F plate-type tool changer

  5. The CNC machine needs to be configured with 10 place Automatic tool change Linear Rack

  6. The CNC machine needs to be configured with an Tool Length Control

  7. The CNC machine needs to be configured with K-type Vacuum/ Fixturing Console Table, Vacuum System with a total capacity of 152 M/hr

  8. The CNC machine needs to be configured with LED position indication system for 1300-1850 mm consoles

  9. The CNC machine needs to be configured with Pneumatic clamping elements, for right & left hand working fields

  10. The CNC machine needs to be configured with Chip conveyor belt discharging to the left side of the machine.

  11. The CNC machine needs to be configured with a moveable user terminal with 10 meter-long cable

  12. The CNC machine needs to be configured with a powerControl , powerTouch- Hardware and software

  13. The CNC machine needs to have the Operating Manuals and Documentation with the machine

  14. The CNC machine needs to be configured with WoodMotion on the machine

  15. The CNC machine needs to be configured with WoodWop Software with a single seat license.

  16. The CNC machine needs be configured with Basic Equipment:



16.1 The CNC need to be configured with a minimum table size of 4200mm X 1410mm



16.2 Moving gantry design, movable in X-direction



16.3 Cross support movable in Y- and Z- directions



16.4 With connection port for connection to customer’s dust collection system



16.5 Automatic centralized lubrication, for complete and low maintenance lubrication of all drives and linear guides




  1. The CNC machine needs to be configured with Electric Equipment



17.1 Operating voltage 3 phase 208/230/480 volt. 60 Hz (neutral not chargeable)



17.2 Switch cabinet permanently mounted to the machine




  1. The CNC machine needs to be configured with the following Safety and Protective Equipment

    1. Safety monitoring with pressure-sensitive safety cushions for an effective protection of the operating staff

    2. Protective Grid – Lateral wall right-hand

    3. Protective Grid – Lateral Wall left-hand

    4. Protective Grid- Back Wall



  2. At the time of installation, basic machine programming, operation, and troubleshooting training will be required.

  3. The CNC machine need to have one year complete warranty.

  4. Required machine Freight and Rigging to include with the price of the machine



21.1 All overland freight, importation and installation fees.



21.1 Required in the machine installation is supplying the necessary equipment to perform the task of off-loading and positioning the machine by crane, forklift or other means.













Bidder is required to provide descriptive literature and PDF Drawings for installation and overview with written proposal. Bidder must include the machine weight and utilities required for installation at the time of bidding.










Attachments/Links
Attachments
Document File Size Access Updated Date
1620000148-CNC-SOLICITATION.pdf (opens in new window)
3 MB
Public
Aug 22, 2023
file uploads

Contact Information
Contracting Office Address
  • 1301 DALE BUMPERS DR
  • FORREST CITY , AR 72335
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 22, 2023 02:02 pm EDTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >