|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 55 -- HARDBOARDS SOL 1PI-R-1154-98 DUE 090998 POC Barry Page,
Contracting Officer, 202-305-3887, FAX: 202-3057363/7365 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-1154-98, and this solicitation
is issued as a Request for Proposals (RFP). The solicitation document
and incorporated clauses and provisions are those in effect through
Federal Acquisition Circular 97-07. The Standard Industrial
Classification is 2499, and the small business size standard is 500
employees. UNICOR, Federal Prison Industries, Inc. intends to enter
into a five-year, firm-fixed-price, requirements contract with economic
price adjustment for the following commercial item: Line Item 0001 --
hardboard, 1/4" thickness x 4' x 8', double tempered, high-density to
equal or greater than 60 pounds per cubic foot, physical tolerances:
+/- 1/32", length and width -- 0", 1/8", UNICOR Part No. HRB0001. This
item shall be brand name or equal to Masonite and shall possess the
following salient characteristics: Class A fire rated, +/- .032
thickness, +/- .125 width and length, S2S (smooth both sides), (double
tempered). The estimated quantity of this item over five years is
24,000 hardboards with expected usage of 4,800 hardboards per year. In
accordance with FPI 1000H1 ECONOMIC PRICE ADJUSTMENT, twelve months
after the contract award date, contract prices for the succeeding
twelve month period may be adjusted in accordance with the change in
the Producer Price Index for hardwood veneer and plywood (product code
2435) from the date of award to the adjustment. Total upward
adjustments for the contract period shall not exceed 10%, based on the
original contract price. In accordance with FAR 52.219-6 NOTICE OF
TOTAL SMALL BUSINESS SET-ASIDE, this requirement is 100% set aside for
small business concerns. The telephone contact for this acquisition is
Barry Page, Contracting Officer at 202-305-3887. In accordance with FAR
52.216-19 ORDER LIMITATIONS, the minimum order limitation per delivery
order for which the Government is obligated to purchase and the
contractor is obligated to accept is 100 each. The maximum order
limitation per delivery order for this item is 400 each. The contractor
will not be obliged to honor any order for this item in which the
quantity requested exceeds the maximum order limitation. Also the
contractor will not be obliged to honor a series of orders for this
item from the same ordering office within 20 days that together call
for quantities exceeding the maximum order limitation of that item.
However, the contractor shall honor orders exceeding the maximum order
limitations unless the order (or orders) is returned to the ordering
office within seven days after issuance with a written statement
expressing the contractor's intent not to ship and the reason. In
accordance with FAR 52.216-18 ORDERING, orders may me issued under the
resulting contract from the date of award through five years
thereafter. In accordance with FAR 52.216-21 REQUIREMENTS, the
contractor shall not be obligated to make deliveries under this
contract after 30 days beyond the contract expiration date. Funds are
obligated by individual delivery orders and not by the contract itself.
Required delivery by the contractor to the factory is 30 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., FPI McKean, Route 59 & Big
Shanty Road, Lewis Run, PA 16738. In accordance with FAR 52.211-16
VARIATION IN QUANTITY, the permissible variation in quantity for the
quantity specified on the delivery order is +/- 10%. Such a variation
shall not be accepted unless it has been caused by conditions of
loading, shipping or packing, or allowances in the manufacturing
processes. Hardboards shall be palletized with corner protection with
no more than 50 hardboards per pallet. Preservation, packing and
marking shall be in accordance with commercial practice and adequate to
ensure acceptance by common carrier and safe arrival at destination.
The contract number must be on or adjacent to the exterior shipping
label. Each pallet received must be marked for type and quantity. In
accordance with FAR 52.246-15 CERTIFICATE OF CONFORMANCE, each shipment
must be accompanied by a certificate of conformance. All shipments must
be labeled with the following information: 1. Vendor; 2. Delivery order
number and contract number; 3. Item description; 4. Item quantity and
weight; 5. Other pertinent information. Delivery can be made between
the hours of 8:00 a.m. and 2:30 p.m. Monday through Friday with the
exception of institution emergencies or federal holidays. FAR 52.212-1
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to this acquisition.
Offerors must include a completed copy of FAR 52.212-3 OFFEROR
REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with their
proposal. The following clauses also apply to this solicitation: FAR
52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS and FAR
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. The following clauses cited in
FAR 52.212-5 are also applicable: FAR 52.203-6 RESTRICTIONS OF
SUBCONTRACTOR SALES TO THE GOVERNMENT, FAR 52.219-8 UTILIZATION OF
SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS, FAR
52.219-14 LIMITATION ON SUBCONTRACTING, FAR 52.222-26 EQUAL
OPPORTUNITY, FAR 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED
VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE
ACTION FOR HANDICAPPED WORKERS, FAR 52.222-37 EMPLOYMENT REPORTS ON
SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.225-9
BUY AMERICAN ACT-BALANCE OF PAYMENTS PROGRAM AND FAR 52.225-21 BUY
AMERICAN ACT-NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT. In
addition, the following are applicable: FAR 52.232-18 AVAILABILITY OF
FUNDS, FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS
TRANSFER PAYMENT, FAR 52.323-34 OPTIONAL INFORMATION FOR ELECTRONIC
FUNDS TRANSFER PAYMENT and FAR 52.204-6 CONTRACTOR IDENTIFICATION
NUMBER -- DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER. 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. Proposals may be
submitted on the Standard Form 1449 or on letterhead stationary. The
due date and time for receipt of proposals is 2:00 p.m. Eastern
Standard Time on September 9, 1998. 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). Each proposal must contain a technical description of the
item being offered in sufficient detail to permit evaluation. If offer
is not submitted on Standard Form 1449, it must include a statement
specifying the extent of agreement with all terms and conditions of
this solicitation. Any proposals that reject the terms and conditions
of this solicitation or do not include the certifications and
representations contained in FAR 52.212-3 may be excluded from
consideration. 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. Award will be based on
price and price-related information only taking into consideration any
applicable Buy American differentials. Discounts for early payment, if
offered, will not be considered in the evaluation for award. 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 for hardboard from the
UNICOR factory in McKean, PA as well as from other UNICOR factories may
be modified to the contract resulting from this announcement if
considered to fall within the scope of work. Offerors shall specify
business size and classification as required in FAR 52.212-3. All forms
necessary to submit a proposal as well as all clauses and provisions
referenced in this announcement may be accessed at the following
website: http://www.gsa.gov/far/current. NO CALLS PLEASE. See note
1.***** Posted 08/19/98 (W-SN238928). (0231) Loren Data Corp. http://www.ld.com (SYN# 0309 19980821\55-0005.SOL)
55 - Lumber, Millwork, Plywood and Veneer Index Page
|
|