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