Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1999 PSA#2281

Dept 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