|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#2150Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 39 -- PLAQUES AND AWARDS SOL 1PI-R-1130-98 DUE 081298 POC Chyrel
McPherson, Sr. Contract Specialist (202) 305-7284 Effective October 1,
1998, all solicitations for Federal Prison Industries, Inc. (UNICOR)
will be posted on our website. Any vendor requesting copies of a
solicitation should refer to our website at
http://www.unicor.gov/procurement. Please note UNICOR will no longer
issue paper solicitations. This is a COMBINED SYNOPSIS SOLICITATION for
commercial items prepared in accordance with information in FAR Subpart
12.6 as supplemented with the additional information included in this
notice. The announcement constitutes the only solicitation. PROPOSALS
ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii)
Solicitation number is 1PI-R-1130-98 is issued as a Request for
Proposal (RFP). (iii) This solicitation document and incorporates
provisions and clauses in effect through Federal Acquisition Circular
90-42. (iv) This procurement is unrestricted and is being advertised as
full and open competition. Federal Prison Industries, Inc. (UNICOR) is
soliciting proposals for a contractor(s) to provide components for a
comprehensive variety of trophies, plaques and incentive awards. The
contractor must be able to supply component and award sub-assemblies to
UNICOR. Contractor must be a national leader in the awards
manufacturing industry with no fewer than five years of production
experience in, but not limited to the following in-house operations:
mold making, spinning, hand casting, die casting, centrifugal casting,
polishing plating, silk screening, acid etching, metal photo, photo
engraving and engraving. A Firm-Fixed Price Requirements type contract
is anticipated. This contract will be for a period of five years, with
possible year to year renewals thereafter. The delivery locations for
this product may include, but are not limited to: FCI Cumberland, MD
and USP Lompoc, CA. All products will be shipped FOB Destination.
Plaques will be assembled at USP Lompoc, CA sign factory. The
contractor must be able to provide previously stated in-house
production operations. UNICOR will make an award to the offeror
submitting the proposal that represents the best value to the
Government. Best value will be determined by weighing proposals against
the evaluation criteria of the following: 1. UNICOR's mission is to
employ and provide skills training to the greatest practicable number
of inmates in Federal Correctional facilities necessary to ensure the
safe and secure operation of such institutions, and in doing so, to
produce market priced, quality goods in a self sustaining manner that
minimizes potential impact on private business and labor. The
proposal's effect upon UNICOR's ability to meet its mission statement
(maximize inmate employment, education, self-sustaining, minimize
industry impact) will be material evaluation factor. 2. UNICOR wishes
to offer the most marketable combination of products and services to
its Federal customers. Issues that may enhance reputation marketability
include: price, appearance, variety, and functionality of products;
(whether products have received industry and national recognition); the
variety and types of services provided; the scope of the dealer or
distribution network (number of dealers, geographic coverage, etc.). 3.
Past Performance will be evaluated to assess the offerors's
willingness/ability to honor its contractual responsibilities and
commitment to customer satisfaction. The evaluation of past performance
will utilize information provided in the offerors presentation, through
interviews with previous customers, and other relevant information
gathered from public records or any other sources. The following kinds
of information may be relevant to the evaluation of past performance:
(i) conformance with specifications, (ii) quality standards of
products, (iii) adherence to contract schedules, (iv) administrative
aspects of performance, (v) servicing of products towards cost
efficiency, (vi) commitment and methods to ensure customer
satisfaction, (vii) businesslike concern for the interest of the
customer, (viii) ability to service a wide geographical area, and (ix)
depth, breadth, relevance, and currency of the offeror's work
experience. 4. Offeror's proposed social benefits programs will be
evaluated in terms of their effectiveness in meeting the goals of
subcontracting, inmate and ex-offender placement, and welfare to work
programs. UNICOR will assess the benefits of each offeror's proposal
(percent of contact dollars subcontracted to small, small disadvantaged
or small women owned businesses: number of Federal inmates to be
employed by the offeror (possibly through vertical integration of the
manufacturing and assembly process) or dollars set aside for inmate and
ex-offender placement programs; number of welfare recipients to be
employed by the offeror and will give preference to proposals
demonstrating a greater social benefit. 5. Cost: All offerors are
required to submit a comprehensive list of prices for all products and
services with the initial proposal and/or some incentive program of
compensation for offeror's services and products. UNICOR will use this
information to identify the mix of products and services that will be
used to measure the probable cost of performance. Section B will be
amended to permit offerors to submit prices for this mix of products
and services. (viii) Clauses/provisions: FAR Clause 52.212-1
"Instructors to Offerors-Commercial," is hereby included by reference.
The following are addenda to FAR Clause 52.212-1: Paragraph (c) Period
of acceptance of offers; the offeror agrees to hold prices their
proposal firm for 60 calendars days from the date specified for receipt
of offers. Offerors are advised that award may be made without
discussions. Award may be made to the responsible offeror(s) whose
proposal is responsive to the terms of the RFP and is most advantageous
to the government. (ix) FAR provisions 52.212-2 Evaluation-Commercial
Items applies to this solicitation and the following evaluation
criteria have been mentioned above. (x) FAR Clause 52.212-5 Contract
Terms and Conditions Required to Implement Statues or Executive
Orders-Commercial Items applies to this acquisition with the following
addenda: Paragraph (b) the following FAR Clause are hereby incorporate
by reference: 52.203-6, 52.222-26, 52.222-35, 52.222.36, 52.222-37,
52.216-18 "Ordering", 52.216-19 "Order Limitation", 52.216-21
"Requirements". All interested parties should submit a written
offer/proposal on your letterhead agreeing to the terms and conditions
to Chyrel McPherson, Sr. Contract Specialist, on or before Wednesday,
August 12, 1998 by 2:00 p.m to 320 First St., NW, Material Management
Branch, 7th Floor, Washington, DC 20534. You may telephone inquiries
to: (202) 305-7284, fax numbers (202) 305-7363/7365 and E-Mail address,
cmcphers@central.unicor.gov. Please indicate your firm size on the
request. Posted 07/30/98 (W-SN230553). (0211) Loren Data Corp. http://www.ld.com (SYN# 0356 19980803\39-0001.SOL)
39 - Materials Handling Equipment Index Page
|
|