|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1999 PSA#2367Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- ANTENNA SOL 1PI-R-1375-99 DUE 062199 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-
1375-99 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 5065, and the small
business size standard is 500 employees. UNICOR, Federal Prison
Industries, Inc. intends to enter into a three -year, firm-fixed-price,
indefinite delivery/indefinite quantity supply contract for the
following commercial item: Antenna, NSN 5985-01-353-4943, drawing
A3207487-1 to be provided upon fax request. 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 three years is 260 each and the estimated maximum
quantity that the Government may purchase over three years is 2000
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 300 each.. The
contractor will not be obliged to honor any order for this part in a
quantity of more than 300 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 300 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
three years thereafter. In accordance with FAR 52.216-22 INDEFINITE
QUANTITY, the contractor shall not be obligated to make deliveries
under this contract 120 days beyond the contract expiration date.
Delivery shall be FOB Destination to UNICOR, Federal Prison Industries,
Inc., Hwy 72 (8 miles west), Three Rivers, Texas 78071-4100. Required
delivery is 120 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,, the Contracting Officer Technical
Representative (COTR) for this procurement will be David Gnuschke.
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 12:00 p.m. Eastern Standard Time on June 21,
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 based
on price with an acceptable past performance and which 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 to the offeror with an acceptable past performance record who has
provided subject item to the government within the last three (3)
years. 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. 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 06/11/99 (W-SN341975). (0162) Loren Data Corp. http://www.ld.com (SYN# 0253 19990615\59-0019.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|