|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1998 PSA#2228Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 53 -- GROMMETS SOL 1PI-R-1214-99 DUE 120298 POC Rhonda Robinson,
Contract Spec. (202) 305-7333, Fax 202/305-7363 UNICOR, Federal Prison
Industries requires Grommets to be furnished F.O.B. Destination to the
Federal Correctional Institution at Lompoc, CA. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6 as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation and written solicitations will not be issued. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-07. Solicitation
1PI-R-1214-99, Request For Proposal (RFP) is under FPDS Product and
Service Code 5340 and small business size standard is 500. The
Government contemplates awarding a Firm-Fixed Price Contract for a
period of 5 years usage for two lines. Item: 0001 -- Grommet, Black,
Textured Finish, Rectangular-W/Cap, Size: 3.250"X1.875"X.700",
Plastiglide P/N: #1220B-0300-00A3. Est. Quantity: 85,000 each. Item:
0002 -- Grommet, Black, Textured Finish, Rectangular-W/Cap, Size:
3.230"X1.864"X1.250", Plastiglide P/N: #1220B-0303-00A3. Est. Quantity:
50,000 each. Minimum Quantity Per Delivery Order: 2000 each. Maximum
Quantity Per Delivery Order: 100,00 each. The period of performance is
date of award through five years thereafter. Place of delivery and
acceptance is FOB Destination, UNICOR, Federal Prison Industries,
Federal Correctional Institution, 3901 Klein Blvd, Lompoc, CA 93436.
All invoices shall be forwarded to the same shipping address. Delivery
acceptance is 30 days after receipt of each delivery order, issued by
authorized personnel. The contractor will ensure packaging of material
to prevent damage during shipment. All shipments shall be marked with
the following information: Item description, delivery order number,
weight, quantity and UNICOR part number. Award will be on an All or
None basis. Provision FAR 52.212-1, Instructions to Offerors-Commercial
Items applies this acquisition. Clause FAR 52.212-4 Contract Terms and
Conditions-Commercial Items applies to this acquisition. FAR Clause
52.212-5, Contract Terms and Conditions Required to Implement Statues
of Executive Orders -- Commercial Items applies to this acquisition
which indicates FAR Clauses 52.203-6, Restrictions on Sub-contractor
Sales to the Government, with Alternate I, 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity, 52.216-2, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns,
52.222-3, Convict Labor, 52.233-3, Protest After Award, 52.21914,
Limitations on Subcontracting, 52.222-26, Equal Opportunity, 52.222-35,
Affirmative Action for Handicapped Workers, 52.222-37, Employment
Reports for Special Disabled Veteran and Veterans of the Vietnam Era,
52.225-3, Buy American Act-Supplies, 52.229-3, Federal, State, and
Local Taxes, 52.232-1, Payments, 52.232-8, Discounts for Prompt
Payment, 52.232-11, Optional Information for Electronic Funds Transfer
Payment. The Government intends to evaluate offers and award a
contract without discussions with offerors. Therefore, the offeror's
initial offer should contain the offeror's best terms from a price and
technical standpoint. However, the Government reserves the right to
conduct discussions if later determined by the Contracting Officer to
be necessary. The Government may reject any or all offers if such
action is in the public interest; accept other than the lowest offer;
and waive informalities and minor irregularities in offers received.
The offer is to include the following: 1) a completed copy of the
Provision FAR 52.212-3, Offer Representation and
Certifications-Commercial Items; 2) Provision FAR 52.204-6, Contractor
Identification Number-Data Universal Numbering System (DUNS) Number;
3) Provision FAR 52.225-1, Buy American Certification; 4)
acknowledgment of solicitation amendments (if any). The Government will
award a contract resulting from this solicitation to the responsible
offer whose offer conforming to the solicitation will be most
advantageous to the Government, price and price related factors
considered. Facsimile proposals shall be transmitted to (202) 305-7363.
Written Offers shall be submitted to UNICOR, Material Management
Branch, 400 First Street NW, 7th Floor, Washington, DC 20534, ATTN: Bid
Custodian, on or before December 2, 1998 at 13:00PM. Offers may be
submitted on SF1449 or letterhead stationery. Offers must indicate
solicitation #1PI-R-1214-98, time specified for receipt of offers,
name, address and telephone number of offeror, technical description of
the item(s) being offered in sufficient detail to evaluate compliance
with the requirements in the solicitation, terms of any expressed
warranty, price and any discount terms. If offer is not submitted on
Form SF1449 or company letterhead, a statement specifying the extent of
agreement with all terms, conditions, and provisions included in the
solicitation. All offers that fail to furnish required representations
and certifications or information or reject the terms and conditions
of the solicitation may be excluded from consideration, offer must hold
prices firm in its offer for 30 calendar days from the date specified
for receipt of offers, unless another time period is specified. Posted
11/20/98 (W-SN273617). (0324) Loren Data Corp. http://www.ld.com (SYN# 0263 19981124\53-0003.SOL)
53 - Hardware and Abrasives Index Page
|
|