Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1999 PSA#2439

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

99 -- REFLECTIVE STRIPING SOL 1PI-R-1443-99 DUE 100699 POC Broderick J. Stone, Contracting Officer, (202)305-7318 WEB: Click here to download a copy of this solicitation, www.unicor.gov/procurement/electronics/index.html. E-MAIL: Click here to contact the Contracting Officer, bstone@central.unicor.gov. 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-1443-99, and this solicitation is issued as a Request for Proposals (RFP). The solicitation shall be obtained at http://unicor.gov/procurement/electronics. Click on the solicitation number and adobe acrobat will download the package. All required forms are available by clicking on the "FORMS" link at the bottom of this webpage. Offerors must submit the following forms: 1) ACH Vendor/Miscellaneous Payment Enrollment Form; 2) FPI9999.999-9 -- Business Management Questionnaire; 3) SF1449 -- Solicitation/Contract/Order for Commercial Items; 4) FAR 52.212-3 -- Offeror Representatations and Certifications -- Commercial Items. Any proposal that rejects the terms and conditions of this announcement or do not include all of the required forms may be excluded from consideration. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 99-12. The Standard Industrial Classification is 3647, and the business size is 500. UNICOR, Federal Prison Industries, Inc. intends to enter into a five-year, firm-fixed-price, requirements supply type contract for the following modified commercial items in accordance with Work Statement/Specifications: 0001 -- REFLECTIVE STRIPING, UNICOR Part # HWS6008, 1/2" x 150' Roll, Gold, Reflective Striping, Premium Reflective, 6.5 mil Retroreflective Engineering Grade Film Designed For High Visibility and 7 Year Exterior Durability 0002 -- REFLECTIVE STRIPING, UNICOR Part # HWS6017, 6" x 50' Roll, Green, Reflective Striping, Premium Reflective, 6.5 mil Retroflective Engineering Grade Film Designed For High Visibility and 7 Year Exterior Durability, 0003 -- REFLECTIVE STRIPING, UNICOR Part # HWS6035, 6" x 50' Roll, Blue, Reflective Striping, Premium Reflective, 6.5 mil Retroreflective Engineering Grade Film Designed For High Visibility and 7 Year Exterior Durability, 0004 -- White Reflective Vinyl, UNICOR Part # VYN0987, 24" x 50 linear yards, Rite-Stripe manufacturer or Comparable, 0005 -- Blue Reflective Vinyl, UNICOR Part # VYN0988, 24" x 50 linear yards, Rite-Stripe manufacturer or Comparable, 0006 -- Gold Reflective Vinyl, UNICOR Part # VYN0989, 24" x 50 linear yards, Rite-Stripe manufacturer or Comparable, 0007 -- Forrest Green Reflective Vinyl, UNICOR Part # VYN0990, 24" x 50 linear yards, Rite-Stripe manufacturer or Comparable. All vinyl and striping must be repositional (Items 1 thru 7). Salient characteristics of items 4 -- 7. Premium series reflective vinyl of premium quality, enclosed lens, retroreflective film which meets or exceeds the applicable requirements of Federal specification I-S300C (Reflectivity). Designed for use on computer sign cutting equipment. (Premium series film shall provide excellent cutting, weeding, transferring and conforming characteristics). CONSTRUCTION: Film: 5.5 mil (140 um), high gloss retroreflective vinyl film. Adhesive: Permanent, clear acrylic pressure-sensitive, Release Liner: 90# white staflat. PHYSICAL PROPERTIES: Outdoor durability: 7 years when properly processed and applied (vertical exposure, unprinted film). Color chips shall be provided to the prospective offerors for color and quality. 20 yards of each line item for technical evaluation and approval by FCI Bastrop shall be used as an evaluation factor for award of this contract. Upon request to Charlene McKinney(Contracting Specialist Bastrop)color chips will be made available by calling (512)321-6498 phone or (512)321-1585 fax. Variation in quality is 2% increase and 2% decrease. This shall apply to all line items. Estimated maximum quantity is 2,000 rolls. 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 by the Federal Correctional Institution, Bastrop, TX. Orders must be delivered complete. No partial deliveries will be accepted. Discounts for early payment, if offered, will not be considered in the price evaluation. 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 line is 25 rolls for the seven line items. The maximum order limitation per delivery order for the seven line items is 100 rolls with any order for a combination of line items 1 thru 7 in excess of 700 each per order. The contractor will not be obligated to honor an order for any of these items for quantities exceeding these maximum order limitations. Also, the contractor will not be obliged to honor a series of orders for any of these items from the same ordering office within fourteen (14) days that together call for quantities exceeding these maximum order limitations. However, the contractor shall honor orders exceeding the maximum order limitation unless the order (or orders) is returned to the ordering office within seven (7) days after issuance with a written statement expressing the contractors intent not to ship and the reason. In accordance with FAR 52.216-19, ORDERING, orders may be issued under the resulting contract from the date of award through five (5) years thereafter. In accordance with FAR 52.216-21 REQUIREMENTS, the contractor shall not be obligated to make deliveries under this contract after 45 days beyond the contract expiration date. Office of Management and Budget(OMB) No 9000-0136 which expires September 30, 2001 applies to this solicitation under the Paperwork Reduction Act. The following clauses also apply to this solicitation: FAR 52.203-6 RESTRICTIONS FOR SUBCONTRACTOR SALES TO THE GOVERNMENT with its alternate I, FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT, The telephone contact for this acquisition is Broderick J. Stone, Contracting Officer at (202)305-7318. Required delivery by the contractor to the factory is 45 days after receipt of an individual delivery order which may be issued telephonically or by facsimile. Delivery shall be FOB Destination to UNICOR, Federal Prison Industries, Inc., FCI Bastrop, 8 miles NE of Bastrop of Hwy 95, Bastrop, TX 78602. The COTR for this contract is Robert Dembowski. FAR Provision 52.212-1, Instructions to Offerors-Commercial items apply to this acquisition. Vendors may submit a signed and dated federal express or hand delivered quote to: UNICOR Federal Prison Industries, 400 First Street N.W., 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 Broderick J. Stone, Contracting Officer at 202-305-7363/7365. The due date and time for receipt of proposals is 2:00 p.m. Eastern Standard Time on October 6, 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). Offerors shall provide pricing in Section B of the solicitation for each component for the five years in the contract period. 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 offer conforms to the solicitation and is considered most advantageous to the Government. In accordance with FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, evaluation of offers will be based 25% on price, 25% past performance and 50% technical. Price shall be evaluated by multiplying each offerors's proposed unit price by the estimated maximum for each item taking into consideration any applicable Buy American differentials. Discounts for early payment, if offered, will not be considered in the evaluation for award. In order for the Government to evaluate past performance, each offeror must submit references of at least three (3) previously performed contracts. Each reference must contain the name, address and telephone number of the company or Government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. 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. Future requirements from the UNICOR factory in Bastrop may be modified to the contract resulting from this announcement if considered to fall within the scope of work and the price is determined to be fair and reasonable. Offerors shall specify business size and classification as required in FAR 52.212-1, Instructions to Offerors-Commercial Items. NO CALLS PLEASE. Posted 09/21/99 (W-SN382619). (0264)

Loren Data Corp. http://www.ld.com (SYN# 0318 19990923\99-0001.SOL)


99 - Miscellaneous Index Page