Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2002 FBO #0122
SOLICITATION NOTICE

59 -- Ball Bearings, Seals, Regualtor

Notice Date
4/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
VC0026-02
 
Response Due
5/9/2002
 
Archive Date
5/24/2002
 
Point of Contact
Chyrel McPherson, Contracting Officer, Phone 202-305-7284, Fax 202-305-7363,
 
E-Mail Address
cmcphers@central.unicor.gov
 
Description
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 being requested. Solicitation Number for this proposal is VC0026-02, this solicitation is issued as a Request for Proposal (RFP). This RFP document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 01-03. NOTICE: This acquisition will be conducted through the reverse auction process with Global eProcure. All prospective offerors are to contact William Palmer at (732) 382-6565 or his e-mail address: william.palmer@globaleprocure.com. Only those prospective offerors signed up for the reverse auction process will be considered for award. Each offeror will submit their pricing for this requirement through the reverse auction with Global eProcure. The North American Industry Classification System (NAICS) is 332991. This acquisition is unrestricted. UNICOR, Federal Prison Industries, Inc., intends to enter into a one base year and three (3), one year options if exercised firm-fixed Indefintie Quantity type contract for the following items: Line item 0001, Bearing Roller Needle, BER0188, NIIN 00-120-4366, C,122012, Needle, 3110001204366, U/O-P4-60 AMP-Alt, HJ122012-E03, min. guar. 1,800 EA. Line item 002, Bearing Ball Annula, BER0195, NIIN 00-109-1179, C, 6206-2RS, Annular, 3101111091179, min. guar. 900 EA. Line item 0003, Bearing, Ball, Annula, BER0197, C,6304-2RS,3110001077536, Leece-Neville, NIIN 00-984-4419, min. guar. 1,800 EA. Line item 0004, Shaft-Bearing, BER1510, NIIN 00-343-4474, C,62032RS, 100AMPS-L/N, Midpoint, min. guar. 1,800 EA. Line item 0005, Bearing, BER1515, NIIN 01-037-4661, C, 95510, 3130012716464, BER-UNIT, BALL-HGS, Prestolite, min. guar. 600 EA. Line item 0006, Bearing, BER1520, NIIN 00-343-4477, C, A079078895, 3110011365534, Prestolite, min. guar. 900EA. Line item 0007, Seal, Rear-Bearing, SEA0041, NIIN 01-136-4868, C, CR9703, U/O-4470, Appled Techologies, min. guar. 300 EA. Line item 0008, Seal, Plain Encased, SEA0215, NIIN 00-241-0239, C, 7440, 5330002410239, CR-Industries, min. guar. 1,800 EA. Line item 0009, SEA0216, Seal, Plain Encased, C, 471648, End-HSG, National, 5330012404968, min. guar. 4,200 EA. Line item 0010, SEA250, Seal, Plain Encased, NII 00-290-0163, C, 63X183, 5330002900163, 471645, Garlock, min. guar. 1,800 EA. Line item 0011, Seal, Plain Encased, SEA0740, NIIN 00 106 4329, C, 79404, 5330011064329, .873IDX.265W, Source- southern Auto, U/O-4931-Gen, min guar. 300 EA. Line item 0012, Seal, Plain Encased, SEA0294, NIIN 01 273 2521, M, 30392 CME, Telfon Lip, 5330012732521, min. guar. 900. Line item 0013, Seal, Plain Encased, SEA0295, NIIN 00 173 8206, C, 71120, 53300017838206, M30393-CME, Teflon, Lip, Prestolite, min. guar. 900 EA. Line item 0014, Seal, Plain Encased, SEA0296, NIIN 170 2926, C, 71118, 5330001702926, M30394-CME, Telfon, Lip, for AMP ?Altrnator 74412, Prestolite, min. guar. 900 Ea. Line item 0015, Regulator, REG9166, C, R2920011992391, min. guar. 250 EA. Required delivery will be thirty (30) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Prison Industries, Federal Correctional Institution, 100 Prison Road, Estill, SC 29918. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. In accordance with 52.211-16, Variation In Quantity, Variations per delivery order is plus/minus Zero (0) percent. FAR Clause 52.216-18, Ordering, applies. Orders may be issued from date of award through one (1) year and three (3) option years, if exercised thereafter. The contractor will only deliver the items that have been designated by a delivery order. Items shipped without a delivery order will be returned at the contractor?s expense. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI Estill, SC and Central Office, Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 11:00 a.m. and 1:00 p.m. to 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for this contract will be Randal Moye. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, P.O. Box 669, Estill, SC 29918, (803) 625-4607. FAR Clause 52.216-22, Indefinite Quantity, applies, contractor shall not be required to make deliveries under this contract thirty (30) calendar days after the expiration of this contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are stated in the actual solicitation. The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their proposal prices firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors that fail to furnish the required representations and certifications or reject the terms and conditions of the solicitation may be excluded from consideration. The following clauses also apply to this solicitation: FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offerors will NOT SUBMIT prices with the proposal by the closing date. The Contracting Officer has opted to conduct a competitive, anonymous, on-line reverse auction, auction as described herein. The Contracting Entity has retained Global eProcure to conduct the auction for this solicitation. Global eProcure refers to its auction as a Web-based Bidding Events. To avoid confusion and for the sake of consistency this solicitation will be Event VC0026-02. However, use of this phrase shall not be construed to imply that this solicitation is being conducted under the procedures set forth in FAR Part 14. This solicitation is being conducted under the procedures set forth in FAR Part 15. During the Event, offerors will provide pricing through submission of electronic offers via the Global eProcure website. The primary pricing competition for this solicitation will be through the online reverse auction. Global eProcure will explain the process in detail and train all interested contractors participating in this acquisition prior to the Event. The identity of offerors will not be revealed during the Event. Offersors will have the ability to submit revised pricing during the Event in response to prices submitted by other offerors. The final revision during the Event will be considered the Offerors final proposal. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to factors other than price with offerors at anytime prior to award. During the Event, Offerors may revise their initial pricing proposal through submission of electronic offers during the anonymous Event. The Event shall constitute discussions with the Offerors. The final such revision during the Event will be considered the Offerors Final Proposal Revision (FPR). The Contracting Officer reserves the right to suspend or cancel the Event at any time. If the Contracting Officer cancels the Event, Final Proposal Revisions will be requested by an amendment to the solicitation. Notwithstanding FAR 52.212-5, Offerors will submit pricing only through the on-line mechanism supplied by Global eProcure. Offerors will not submit pricing via any other mechanism, including but not limited to post, courier, fax, E-mail, or orally unless specifically requested by the Contracting Officer. At the conclusion of the Event, UNICOR intends to award the contract, by Lot, to the eligible, low-priced, responsible Offeror. The Contracting Officer reserves the right to award to othe than the low-priced Offeror or to make no award under the solicitation. Further information about the Event is provided on the UNICOR website: http://www.unicor.gov/procurement/provehic.htm. Offerors should contact William Palmer at (732) 382-6565 and/or e-mail william.palmer@globaleprocure.com with specific questions and preparation of the Event on or before 11:00 a.m. Eastern Standard Time (EST), Tuesday, May 7, 2002. (Detailed instructions on the bidding event would be mailed to interested Offerors before May 7, 2002). The practice bidding Event will be held on Tuesday, May 7, 2002, beginning at 11:00 a.m. (EST). The actual Bidding Event will take place on Thursday, May 9, 2002, beginning at 11:00 a.m., Eastern Standard Time. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate offers: Past Performance 50%; price and technical when combined are equal to 50%. 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. Each offeror must submit three (3) references for verification of their performance of like products in this requirement. 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. FAR 52.204-6, Data Universal Numbering System (DUNS) Number, applies. FAR Clause 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our webpage http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. FAR 52.232-18, Availability of Funds applies. If offer is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitaion to ATTN: Chyrel McPherson, Contracting Officer, RFP Number VC0025-02, fax your offer to (202) 305-7356 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers with the exception of pricing, which is to conducted through the reverse auctioning process, must be received on or before Thursday, May 9, 2002, 2:00 p.m., Eastern Standard Time.
 
Record
SN00051496-W 20020403/020401213124 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.