Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1998 PSA#2116

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

94 -- BRUSH FILLER (SYNTHETIC -- MAINTENANCE) SOL 1PI-R-1103-98 DUE 062698 POC Annette Johnson, Contracting Officer, (202) 305-7280 This is a combined synopsis/solicitation for commerical items prepared per the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation number for this RFP: 1PI-R-103-98; is a Request for Proposal (RFP). The following Provisions and Clauses are incorporated into this RFP by reference and are in effect through Federal Acquisition Circular 90-42. This procurement is unrestricted and is being advertised as full and open competition. SIC 2824, 1,000 Employees. UNICOR, Federal Prison Industries requirement is for two (2) years. This is a Firm Fixed Price Requirement for Brush Fillers. The estimated quantity are stated with each line item. Line Item 0001, BRN3501, COMM. GRADE, POLYESTER, CRIMPED, 6-3/4", BLK* SABLE BROWN, OR GRAY, QTY 80,000 LB; Line Item 0002, BRN0001, COMM. GRADE, POLYPROPYLENE, CRIMP, 6-3/4",* BL, QTY 15,000 LB; Line Item 0003, BRN0002, H-S-951,P,III-NO. 10-MEDIMUM, POLYPROPYLENE 5-1/8",.014,BLK, QTY 20,000LB; Line Item 0004, BRN0003, H-S-951,P,II, POLYPROPYLE,3-1/2,.015, NAT, QTY 15,000LB; Line Item 0005, BRN0004, COMM. GRADE, POLYPROPYLENE,CRIMP,7", MED.*BRN, QTY 15,000LB; Line Item 0006, BRN0053, COMM GRADE, POLYESTER, CRIMP,7-1/2", MED. *BRN, QTY 20,000LB; Line Item 0007, BRN0054, COMM.GRADE, POLYMIDE, CRIMP,3-3/4",NAT, QTY 20,000LB. Line Item 0001through 0007, SYNTHETIC BRUSH FILLERS (MAINTENANCE) BRN3502, 0001, 0002, 0003, 0004, 0053, & 0054. These Synthetic Fillers are used in the Production of Push Brooms, Scrubbing, and Dusting Brushes. All material will be FOB Destination to the field location. ***NOTE: EVALUATION FACTORS -- Past Performance, Vendors should have a satisfactory delivery record and be able to meet the delivery requirement set in this proposal. QUALITY: Vendor's materials should meet all the minimum requirements as per Federal Specifications A-A-2074, 7FXEE-dd-7,H-B-1490/GEN,7H-B-651J. FOB destination to: FCI, La Tuna, Anthony, TX. SAMPLES FOR EACH ITEM SHALL BE SUBMITTED PRIOR TO BID OPENING FOR TESTING. VENDORS ARE TO SUBMIT ONE (1) OR TWO (2) BUNDLES OF EACH LINE ITEM OR 14 OZS. OF EACH LINE ITEM. SAMPLES MUST BE SENT TO: MS. ELKE WESTFALL, QA OFFICER, P.O. BOX 9000, ANTHONY, TX 99021. SAMPLE WILL BE EVALUATED FOR COMPATIBILITY WITH THE CARLON DRILLING AND FILLING MACHINE USED AT FPI LA TUNA, AS WELL AS THE REQUIREMENTS OF THE SPECIFICATION. BIDDERS ARE REQUIRED TO FURNISH A MINIMUM OF ONE (1) LB. OF EACH TYPE OF FILAMENT (POLYESTER, POLYROPYLE, AND POLYAMIDE). FILAMENTS MAY BEALL ONE GRAE OR A MIX PBT AND PET. FILAMENT SHALL BE SUITABLE FOR USIE IN FLOOR SWEEPING AND DUSTING BRUSHES. NOTE: (1)VENDORS MUST SUBMIT ON TOTAL AMOUNT FOR EACH ITEM, NO PARTIAL AMOUNT; (2) ITEMS CAN BE AWARDED TO MULTIPLE VENDORS. (3) THIS RCA IS FOR TWO (2) YEARS AND QUANTITES ARE ESTIMATES . UNICOR WILL ISSUE MONTHLY RELEASES ON THESE ITEMS. Line items 0001 through 0007 (ARO) 45 days after receiptof order. Delivery order minimum quality: 2,000 pounds; Delivery order maximum quantity per item: 20,000 lbs.; Delivery order maximum quantity per order: 80,000 lbs. Variation in Quantity (+15% -- -10%). Solicitation will include the FAR Clause 52.211-11: LIQUIDATED DAMAGES -- SUPPLIES, SERVICES, OR RESEARCH AND DEVELOPMENT (APR 1984). (viii) Clauses/provision: FAR Clause 52.212-1" Instruction to Offerors-Commerical," is included by reference. The following are addenda to FAR Clause 52.212-1: Paragraph (c) Period for acceptance of offers; The offeror agrees to hold their proposal prices for 60 days from the date specified for receipt of offers. Award may be made to a single offeror proposing two optometrists or two separate offerors. Offerors are advised that award may be made withoutdiscussions. Award will be made to the responsible offeror /offeror(s) whose proposal is responsive to the terms of the RFP and is most adbantageous to the government. Each offeror is required to provide past performance information for same/similar services/supplies, to include 2 most recent contract numbers, points of contact/current telephone numbers, type service /supplies provided. (ix) FAR provision 52.212-2 Evaluation-Commerical Items applies to this solicitation and the following evaluation criteria (arranged in their order of importance) shall be used to evaluate offers: Qualifications, Cost, Past Performance. (x) FAR provision 52.212-3 Offeror Representations and Certifications-Commerical Items shall be completed and submitted with the proposal. (xi) FAR clause 52.212-4 Contract Terms and Conditions-Commerical Items, hereby applies to this solicitation (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items applies to this acquisition with the following addenda: Paragraph (b) the following FAR clauses are hereby incorporate by reference: 52.211-11, 52.203-6, 52.216-18, 52.216-19, 52.216-21, 52.232-18, 52-232-33, 52-232-34, 52.212-2, 52.212-3. This proposal must be received no later than Friday June 26, 1998, 2:00p.m. Eastern Standard Time and must be mailed to Federal Prison Industries, Attn: Annette Johnson, Contracting Officer, Material Management Branch -- 7th Floor, 400 First Street, NW, Washington, DC 20534. Fax offers must be on your companies letterhead with statement stating that you agree to the terms and conditions, clauses and provisions stated in this proposal is acceptable, fax to (202) 305-7363/7365. For information regarding this solicitation contact Annette Johnson at (202) 305-7280. (0162)

Loren Data Corp. http://www.ld.com (SYN# 0403 19980615\94-0001.SOL)


94 - Nonmetallic Crude Materials Index Page