Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415

Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material Mgt Branch, Washington, DC 20534-0001

81 -- CARDBOARD SOL 1PI-R-1424-99 DUE 090299 POC Jacqueline O. Brown, Contract Specialist (202) 305-7298 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-1424-99 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 2653 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 Cardboard Packaging Material. Line Item 0001 UNICOR PKG 1208, PADCF, 5 FT (W) x 10 FT (L), DBL-WALL, 275LB,B/C Fiberboard, Corragated, Unit of issue EA. Final Acceptance is subject to UNICOR Quality Assurance Inspection. Est. Quantity 100,800. An Economic Price Adjustment will be allowed 6 months after contract award date and 6 months thereafter. 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 30 days of contractor receipt of each delivery order and will be FOB Destination to UNICOR-Federal Prison Industries, FCI -Lompoc, 3909 Klein Blvd., Lompoc, CA. 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 deliveryorder for which the Government is obligated to purchase and the contractor is obligated to accept for each order is as follows:0001-PKG 1208 2,000 sheets per order minimum, 7,500 sheets per item per order 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 5 days, 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 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, +/- 5% applied to each delivery order. FAR52.217-2 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: ((805) 736-9803, 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 VietnamEra 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 52212-1INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS, FAR52.212-4 CONTRACTTERMS 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 TOTHE GOVERNMENT with its Alternate 1, FAR 52.232-18 AVAILABILITY OF FUNDS, FAR52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFERPAYMENT and FAR 52.204-6 CONTRACTOR INDENTIFICATION NUMBER DATAUNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER. Offerors may submit signed anddated 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 September 2,,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 fax (202) 305-7363 Posted 08/19/99 (W-SN370178). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0395 19990823\81-0001.SOL)


81 - Containers, Packaging and Packing Supplies Index Page