|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1999 PSA#2496Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 25 -- SEAT BELTS SOL 1PI-R-1508-00 DUE 010300 POC Barry M. Page,
Contracting Officer, 202-305-3887, FAX: 202-305-7363/7365 WEB: Click
here to download a copy of this solicitation,
http://www.unicor.gov/procurement/electronics/index.html. E-MAIL: Click
here to contact the contracting officer via, bpage@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. The solicitation number is
1PI-R-1508-00, and this solicitation is issued as a Request for
Proposals (RFP). The solicitation shall be obtained at
http://www.unicor.gov/procurement/electronics/index.html. 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.) 52.212-3 Offeror
Representations and Certifications -- Commercial Items. Any proposals
that reject 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 97-14. UNICOR,
Federal Prison Industries, Inc. intends to enter into a five-year,
firm-fixed-price, requirements contract for the following commercial
item: Line Item 0001 -- seat belt, push-button, release, 60", seat belt
exceeds federal government strength requirements and conforms to
federal standard #209, Superior Industries International Part No.
46-3250B (for reference only), estimated quantity over five years:
100,000 each. Funds will be obligated by individual delivery orders and
not by the contract. In accordance with FAR 52.216-19 ORDER
LIMITATIONS, the minimum order limitation for which the Government will
be obligated to purchase and a contractor will be obligated to accept
is 1,000 each. The maximum order limitation per delivery order is 5,000
each. A contractor will not be obliged to honor any orders that exceed
the maximum order limitation. Also a contractor will not be obliged to
honor a series of orders from the same ordering office within 5 days
that call for a total quantity exceeding the maximum order limitation.
However, a contractor shall honor orders exceeding the maximum order
limitation unless the order (or orders) is returned to the ordering
office within seven days after issuance with a written statement
expressing the intent not to ship and the reason. In accordance with
FAR 52.216-18 ORDERING, orders may be issued under a resulting contract
from the date of award through five years thereafter. In accordance
with FAR 52.216-21 REQUIREMENTS, a contractor shall not be obligated to
make deliveries under a contract after 30 days beyond the contract
expiration date. Required delivery of all orders is 30 days after
contractor receipt of each order and will be FOB Destination to UNICOR,
Federal Prison Industries, Inc., 8 miles NE of Bastrop on Hwy. 95,
Bastrop, TX 78602. In accordance with FAR 52.211-16 VARIATION IN
QUANTITY, the permissible variation in quantity shall be limited to a
5% increase or a 5% decrease. The Standard Industrial Classification
(SIC) code for this acquisition is 5099 and the small business size
standard is 500 employees. The telephone contact for this acquisition
is Barry Page, Contracting Officer at 202-305-3887. 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 52.212-1
INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, FAR 52.212-4 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 I, FAR 52.219-23 NOTICE OF PRICE
EVALUATION ADJUSTMENT FOR SMALL DISADVANTAGED BUSINESS CONCERNS, FAR
52.219-25 SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM
DISADVANTAGED STATUS AND REPORTING, FAR 52.232-18 AVAILABILITY OF
FUNDS, FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL
CONTRACTOR REGISTRATION and FAR 52.204-6 CONTRACTOR IDENTIFICATION
NUMBER -- DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER. The
Contracting Officer will evaluate offers from small disadvantaged
businesses certified by the Small Business Administration (SBA) by
adding a factor of 10% to all other offers received from other business
concerns. To receive this price evaluation adjustment, a small
disadvantaged business must submit certification from the SBA of this
status. 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 Barry Page, Contracting Officer at 202-305-7363/7365. The due date
and timefor receipt of proposals is 2:00 p.m. Eastern Standard Time on
January 3, 2000. 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). 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. In accordance with FAR
52.212-2 EVALUATION -- COMMERCIAL ITEMS, evaluation of offers will be
based 50% on past performance and 50% on price. 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 FPI9999.999-9 Business Management Questionnaire. 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. 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 Posted 12/13/99 (W-SN408115). (0347) Loren Data Corp. http://www.ld.com (SYN# 0133 19991215\25-0001.SOL)
25 - Vehicular Equipment Components Index Page
|
|