Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164

Dept 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