|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- BATTERY SOL 1PI-R-1342-99 DUE 052899 POC F. 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-
1342-99 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
97-11. 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 3691, and the small
business size standard is 500 employees. UNICOR, Federal Prison
Industries, Inc. intends to enter into a two -year, firm-fixed-price,
indefinite delivery/indefinite quantity supply contract for the
following commercial item: Battery, 1.5 V nominal, Alkaline-manganese
dioxide composition, sealed cells, size "D", flat top, Unicor P/N
BTT0001.All parties interested in submitting a proposal must state the
manufacturer as well as the manufacturer's part number of item being
offering. The telephone contact for this acquisition is F. Robert
Ribail, Contracting Officer at 202-305-7286. The minimum quantity that
the Government guarantees to purchase over two years is 391, 000 each
and the estimated maximum quantity that the Government may purchase
over two years is 1,173,000 each. In accordance with FAR 52.216-19
ORDER LIMITATIONS,the minimum order limitation is 10 each . When the
Government requires this part in a quantity of less than 10 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 69,000 each. The contractor will not be obliged to honor
any order for this part in a quantity of more than 69,000 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 69,000 for each item. 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 two years thereafter. In accordance
with FAR 52.216-22 INDEFINITE QUANTITY, the contractor shall not be
obligated to make deliveries under this contract after 7 days beyond
the contract expiration date. Delivery shall be FOB Destination to
UNICOR, Federal Prison Industries, Inc., Hwy 698, Fairton, NJ 08320.
Required delivery is 7 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, OMB 9000-0136, expires 2-28-01. 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 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL
DEFENSE USE, rating:DOA4, FAR 52.211-15 DEFENSE PRIORITY AND ALLOCATION
REQUIREMENTS, the contracting officer technical representative for this
procurement will be Thomas Smallwood. 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. The due date and time for receipt of proposals is
2:00 p.m. Eastern Standard Time on May 28, 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 statementspecifying 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 intoconsideration 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 to the offeror with an acceptable past performance
record. In regards to past performance, 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 or purchase
orders 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. 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.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 9.***** Posted 05/21/99 (W-SN334237). (0141) Loren Data Corp. http://www.ld.com (SYN# 0236 19990525\59-0004.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|