Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#2150

Dept 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