|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1998 PSA#2196Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- RELAY MOUNTING ASSEMBLY SOL 1PI-R-1188-98 DUE 102998 POC robert
ribail, ph. (202) 305-7286 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; proposals are being requested and
a written solicitation will not be issued. The solicitation number is
1PI-R-1188-98 and this solicitation is issued as a Request for
Proposals (RFP). The solicitation document and incorporated clauses and
provisions are those in effect through Federal Acquisition Circular
97-06. The Standard Industrial Classification is 5065, and the small
business size standard is 500 employees. UNICOR, Federal Prison
Industries, Inc. intends to enter into a five-year, firm-fixed-price,
indefinite delivery/indefinite quantity supply contract for the
following commercial item -- Relay Mounting Assembly, UNICOR Part No.
EHR0529, drawing C2878067, to be provided upon request . All parties
interested in submitting a proposal must state the manufacturer as well
as the manufacturer's part number of the relay they are offering. The
telephone contact for this acquisition is F. Robert Ribail, Contracting
Officer at 202-305-7286. The minimum quantity of this item that the
Government guarantees to purchase over five years is 770 each, and the
estimated maximum quantity that the Government may purchase over five
years is 2,500 each. In accordance with FAR 52.216-19 ORDER
LIMITATIONS, the minimum order limitation is 25 each. When the
Government requires this part in a quantity of less than 25 each, the
Government will not be obliged to purchase, nor will the contractor be
obliged to furnish this part under the contract. The maximum order
limitation is 2500 each. The contractor will not be obliged to honor
any order for this part in a quantity of more than 1000 each. Also the
contractor will not be obliged to honor a series of orders for this
part from the same ordering office within 20 days that together call
for quantities exceeding 1000 each. However, the contractor shall honor
orders exceeding the maximum order limitations unless the order (or
orders) is returned to the ordering office within seven days after
issuance with a written statement expressing the contractor's intent
not to ship and the reason. In accordance with FAR 52.216-18 ORDERING,
orders may me issued under the resulting contract from the date of
award through five years thereafter. In accordance with FAR 52.216-22
INDEFINITE QUANTITY, the contractor shall not be obligated to make
deliveries under this contract after 60 days beyond the contract
expiration date. Delivery shall be FOB Destination to UNICOR, Federal
Prison Industries, Inc., FCI Oxford, Country Hwy at Elk Avenue, Oxford,
WI 53952. Required delivery is 60 days after receipt of orders. FAR
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to this
acquisition. Offerors must include a completed copy of FAR 52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with their
proposal. The following 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. The following clauses cited in
FAR 52.212-5 are also applicable: FAR 52.203-5 COVENANT AGAINST
CONTINGENT FEES, FAR 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS
AND SMALL DISADVANTAGED BUSINESS CONCERNS, FAR 52.222-26 EQUAL
OPPORTUNITY, FAR 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED
VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE
ACTION FOR HANDICAPPED WORKERS, FAR 52.222-37 EMPLOYMENT REPORTS ON
SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR
52.225-21 BUY AMERICAN ACT-NORTH AMERICAN FREE TRADE AGREEMENT
IMPLEMENTATION ACT. In addition, the following are applicable:, FAR
52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT,
FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL
NUMBERING SYSTEM (DUNS) NUMBER.FAR 52.211-1 AVAILABILITY OF
SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS,
STANDARDS AND COMMERCIAL ITEM DESCRIPTION, FAR 52.211-2 AVAILABILITY OF
SPECIFICATION LISTED IN THE DOD INDEX OF SPECIFICATIONS AND STANDARDS
(DODISS). Offerors may submit signed and dated Federal Express or hand
delivered offers to UNICOR, Federal Prison Industries, Inc., Material
Management Branch, 400 First Street NW, Washington, DC 20534, 7th
Floor, Attn: Bid Custodian. In accordance with FAR 52.215-5 FACSIMILE
PROPOSALS, facsimile proposals will be accepted and shall be addressed
to F. Robert Ribail, Contracting Officer, FX 202-305-7363/7365.
Proposals may be submitted on the Standard Form 1449 or on letterhead
stationary. The due date and time for receipt of proposals is 2:00 p.m.
Eastern Standard Time on October 29, 1998. All proposals must reference
the solicitation number and the due date for receipt of proposals. In
addition to this, each proposal must contain the name, address and
telephone number of the offeror as well as any discount terms that are
offered and the remit to address (if different from the mailing
address). If offer 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 proposals 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 offerors must hold their prices firm
for 60 calendar days from the due date specified for receipt of
proposals. Incremental pricing will not be accepted. Any amendments
hereby issued to this solicitation will be synopsized in the same
manner as this solicitation and must be acknowledged by each offeror.
Any proposals or modifications to proposals received after the
specified due date for receipt of proposals will not be considered. The
Government will award a contract resulting from this solicitation to a
responsible offeror whose proposal conforms to the solicitation and is
considered most advantageous to the Government. Price shall be
evaluated by multiplying each offeror's proposed unit price by the
estimated maximum taking into consideration any applicable Buy American
differentials. Discounts for early payment, if offered, will not be
considered in the evaluation for award. Award will be made on the basis
of low overall price. The Government may make an award with or without
discussions with offerors. Therefore, the offeror's initial proposal
should contain the offeror's best terms from a price standpoint. A
written notice of contract award or acceptance of an offer mailed or
otherwise furnished to the successful offeror within the time for
acceptance specified in the offer shall result in a binding contract
without further action by either party. Before the specified expiration
date of an offer, the Government may accept that offer unless a written
notice of withdrawal is received prior to award. Future requirements
for other relays from the UNICOR factory in Oxford, WI as well as from
other UNICOR factories may be modified to the contract resulting from
this announcement if considered to fall within the scope of work.
Offerors shall specify business size and classification as required in
FAR 52.212-3. All clauses and provisions referenced in this
announcement may be accessed at the following website:
http://www.gsa.gov/far/current. This is a total small business set
aside. NO CALLS PLEASE. See Note 1 and 9.***** Posted 10/05/98
(W-SN258332). (0278) Loren Data Corp. http://www.ld.com (SYN# 0218 19981007\59-0003.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|