|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 55 -- LUMBER SOL 1PI-R-1403-99 DUE 072999 POC Jacqueline O. Brown,
Contract Specialist 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. The solicitation number
is 1PI-R-1403-99 is being issued as a Request for Proposals (RFP). All
required forms are available by clicking on the "Forms" link at the
bottom of the webpage. Offerors must submit the following forms: 1.)
ACH Vendor/Miscellaneous Payment Enrollment Form; 2.) FP19999.999-9
Business Management Questionnaire; 3.) SF1449
Solicitation/Contract/Order for Commercial Items; 4.) 52.212-3 Offeror
Representations and Certifications Commercial Items. The solicitation
document and incorporated clauses and provisions are those in effect
through Federal Acquisition Circular 97-11. The Standard Industrial
Classification Code is 2421 and small business size standard is 500.
UNICOR, Federal Prison Industries, Inc., intends to enter into a Firm
Fixed Price, requirements type contract. The period of performance is
two years. The requirement is for Lumber. Line Item 0001 UNICOR P/N
LBR0020, Unit of issue FT, Softwood, 1"x4"XRandom-Length,3com,Grade#3
Common, Softwood, Softwood to be in compliance with the American
National Grading Rule for Softwood Dimension Lumber, PS 20-94, for
#3Common. Final Acceptance is subject to UNICOR Quality Assurance
Inspection. Est. Qty: 3,140,012 FT. Line Item 0002 UNICOR P/N LBR0022,
Unit of issue FT, Softwood, 2"X4"XRandom Length 0002(A) Pine 0002 (B)
Spruce and or/0002(C)Fir, Grade: #2 Common, Softwood to be in
compliance with the American National Grading Rule for Softwood
dimension Lumber, PS 20-94, for #2 Common.Est.Qty 260,902 FT. An
Economic Price Adjustment will be allowed 6 months after contract award
date and 6 months thereafter, in accordance with the Hardwood Market
Report for the applicable species. 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 order. Required delivery is within 15 days of contractor
receipt of each delivery order and will be FOB Destination to
UNICOR-Federal Prison Industries, FCI Texarkana, PO Box 9500, Prison
Road, Texarkana, TX 75505. Delivery hours: 8:00am through 3:00pm Monday
thru Friday notwithstanding emergencies and Federal Holidays. 52.216-18
Ordering,In accordance with FAR 52.216-19 ORDER LIMITATIONS, the
minimum order limitations per delivery order for which the Government
is obligated to purchase and the contractor is obligated to accept for
each order is as follows:0001- LBR0020 -- 65,416 ft minimum and 0002-
LBR0022 -5,434 ft minimum for 0001-LBR0020 -3,140,154 ft maximum 0002-
260,902 ft maximum. The contractor will not be obligated to honor an
order for any of these items with quantities exceeding the maximum
order limitations for each item, provided the contractor notifies
ordering office within 5days, the contractor intends not to ship items.
In accordance with FAR 52.216-18 ORDERING, orders my be issued under
the resulting contract from the date of award through two years. In
accordance with FAR 52.216 ORDERING, orders may be issued under the
resulting contract from the date of award through two years. In
accordance with FR 52.216-21 REQUIREMENTS, the contractor shall not be
obligated to make deliveries under this contract after 15 days beyond
the contract expiration date. Office of Management and Budget (OMB) No
9000 -- 0136 which expires February 28, 2001 applies to this
solicitation under the Paperwork Reduction Act. The following clauses
also apply to this solicitation:FAR 52.211-16 Variation in Quantity,
+/- 10% applied to each delivery order.FAR 52.217-2 Cancellation of
Items. FAR 52.213-2 Invoices, invoices should be submitted to the
Business Manager, JAR 2852.270-70 Inspection and acceptance of supplies
and/or shall be performed by COTR:Johnnie Page(903)223-4484, Packaging
and Marking: all shipments should be labeled citing vendor name,
delivery order number, contract number, weight, quantity, item and
description. Shipment should be in accordance with commercial practice
and adequate to insure acceptance by common carrier and safe arrival
at destination.52.214.34 Submission of Offers In the English Language.
52.214-35 Submission of Offers In U.S. Currency. 52.222-22 Previous
contracts and Compliance Reports,52.222-23 Notice of Requirement for
Affirmative Action to Ensure Equal Employment Opportunity,52.222-25
Affirmative Action, 52.222-26 Equal Opportunity, 52.222-35 Affirmative
Action Compliance, 52.222-26 Equal Opportunity, 52.222-35 Affirmative
Action for Special Disabled and Vietnam Era Veterans Deviation
Authorized by DOJ, 52.222.36 Affirmative Action for Handicapped
Workers, 52.222-3 Employment Reports on Special Disabled
Veterans/Veterans of the Vietnam era, 52.223-11 Drug Free
Workplace,52.225-8 Buy American act Trade Agreements Balance of
Payments Program Certificate, 52.225-9 Buy American Act Trade
Agreements Balance of Payments Program, 52.225-11 Restrictions on
Certain Foreign Purchases,52.225.20 Buy American Act-North American
Free Trade Agreement Implementation ct Balance of Payments Program
Certificate, 52.225-21 Buy American Act North American Free Trade
Agreement implementation act Balance of Payments Program, 52.232-23
Assignment of Claims 52.223-11 Ozone-Depleting Substances FAR 52212-1
INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS, FAR52.212-4 CONTRACT TERMS
AND CONDITIONS -- COMMERCIAL ITEMS,FAR 52.212-5 CONTRACT TERMS AND
CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS-COMMERCIAL ITEMS, FAR 52.203-6 RESTRICTIONS OF SUBCONTRACTOR
SALES TO THE GOVERNMENT with its Alternate 1, FAR 52.232-18
AVAILABILITY OF FUNDS, FAR 52.232-33 MANDATORY INFORMATION FOR
ELECTRONIC FUNDS TRANSFER PAYMENT and FAR 52.204-6 CONTRACTOR
INDENTIFICATION NUMBER DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER.
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. The due date and time for receipt
of proposals is July 28, 1999 at 1:00 p.m EST. Each proposal must
contain the name, address and telephone number of the offeror as well
as any discount terms that are offered. 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 be each
offeror. Any proposals or modifications to proposals received after the
specified due date for receipt of proposals will not be considered. In
accordance with FAR 52.212-2 EVALUATION COMMERCIAL ITEMS, evaluation
of offers will be based on price and price related factors. Discounts
for early payment, if offered, will not be considered in the price
evaluation. In order for the Government to evaluate past performance,
each offeror must submit references of at least five previously
performed contracts on the FP19999.999.9 Business Questionnaire. Award
will be made on an all-or -none basis. Award will be made to the
responsible offeror submitting the proposal that is determined to be
the best value to the Government considering price and/or cost and
price-related factors, if any, as specified in FAR 14.201-8, past
performance and technical quality. The government may make an award
with or without any discussions with offerors. Therefore, the offeror's
initial proposal should contain the offorer'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. Offerors shall
specify business size an classification as required in FAR 52.212.3.
Clauses and provisions referenced in this announcement may be accessed
at the following website: http://www,gsa,gov,/far/current. Requests
may be faxed to the attention: Jacqueline O. Brown, Contracting Officer
at (202) 305-7363/7365. LINKURL:
http://www.unicor.gov/procurement/furniture/index.html
LINKDESC:http://www.unicor.gov/procurement/furniture/index.html CITE:
(W-190 SN352236 Posted 07/14/99 (W-SN353894). (0195) Loren Data Corp. http://www.ld.com (SYN# 0709 19990719\55-0002.SOL)
55 - Lumber, Millwork, Plywood and Veneer Index Page
|
|