|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1999 PSA#2281Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- VARIOUS SOL 1PI-R-1263-99 DUE 022699 POC F. Robert Ribail, (202)
305-7286 This is a combined synopsis/solicitation for commercial items
prepared in accordance with theformat 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-
1263-99 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
97-10. This solicitation and necessary forms may be obtained at
www.unicor.gov/procurement/electronics. Click on solicitation number
and adobe acrobat will download the package. Required forms are
available by clicking on "FORMS" link (i.e. ACH Form, 52.212-3 Reps and
Certs, FPI9999 -- Business Questionnaire, SF-1449 -- Commercial Order
Form). 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,
requirements type supply contract for the following commercial items
1.) Nose Piece, UNICOR Part No. EHR0880, Drawing RD-U-001032, to be
provided upon fax request, estimated quantity 100, 000 per year and 2.)
Insert Assembly, Unicor Part No. IST0141, Drawing RD-U-001049-M, to be
provided upon fax request, estimated quantity 100,000 per year. Funds
will be obligated by individual delivery orders and not by the
contract itself. Any supplies to be furnished under this contract shall
be ordered by issuance of delivery orders. Delivery orders must be
issued complete. All parties interested in submitting a proposal must
state the manufacturer as well as the manufacturer's part number of the
components they are offering. The telephone contact for this
acquisition is F. Robert Ribail, Contracting Officer at 202-305- 7286.
In accordance with FAR 52.216-19 ORDER LIMITATIONS, the minimum order
limitation for each component is 1000 each. When the Government
requires these components in a quantity of less than 1000 for each
component, 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 for each component is 5,000 each. The
contractor will not be obliged to honor any order for these components
in a quantity of more than 5000 for each component. 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 5000 each for each component.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 hereafter. In accordance
with FAR 52.216-21 REQUIREMENTS, 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., 37940 N. 45th Avenue, Phoenix, AZ
85027-7058. 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. In addition, the following are
applicable:, FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS
TRANSFER PAYMENT, prior to award, contractor must fill out ACH Vendor
form. 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, if
applicable, STANDARDS AND COMMERCIAL ITEM DESCRIPTION, FAR 52.211-2
AVAILABILITY OF SPECIFICATION LISTED IN THE DOD INDEX OF SPECIFICATIONS
AND STANDARDS (DODISS), if applicable. 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 should 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 February
26, 1999. 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. Contractor shall price each
component separately and provide separate pricing for each of the
required five (5) years (see section B of web page) . Award will be
made on the basis of low overall price to that contractor with an
acceptable past performance record and that has met minimum
requirements which includes passing technical evaluation of components
test. This test requires contractor submission of three (3) each, at
no charge to the government, of each component to be technically
evaluated to the following address: FCI Phoenix, Unicor Federal Prison
Industries, 37940 North 44th Avenue, Dept 1650, Phoenix, Arizona
85027-7058, Attn: Steve Southall or Mitzi Adams. Components submitted
for technical evaluation are due no later than the date set for opening
of offers. Components submitted for technical evaluation will remain
the property of the government and will not be returned to the
contractor. Failure to supply components will result in rejection of
offer and contractor will not be eligible for award. Contractors that
have provided these components to Unicor within past four (4) years
need not submit components for technical evaluation. In regards to
performance evaluation, offerors must submit references of at least
three previously performed contracts on the FPI9999.999-9 Business
Management Questionnaire. References shall include, contract number,
dollar value, point of contact and telephone number. Failure to provide
performance information may disqualify contractor from further
consideration. Offerors that have had at least 3 contracts with Unicor
within last 3 years need not submit this information. 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. Award will be made on an all or none basis.
The government intends to make one award for both line items. 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 similar components from the UNICOR factory in Phoenix, AZ 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. NO CALLS PLEASE. See Note 9.*****
Posted 02/09/99 (W-SN296506). (0040) Loren Data Corp. http://www.ld.com (SYN# 0340 19990211\59-0030.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|