Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 25,1998 PSA#2229

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

59 -- CONNECTORS SOL 1PI-R-1209-99 DUE 120298 POC Barry M. Page, Contracting Officer, 202-305-3887, FAX: 202-305-7363/7365 WEB: Click here to download a copy of this solicitation, http://www.unicor.gov/procurement. E-MAIL: Click here to contact the Contracting Officer via, bpage@central.unicor.gov. 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-1209-99, 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 97-06. The Standard Industrial Classification is 3678, and the small business size standard is 500 employees. UNICOR, Federal Prison Industries, Inc. intends to enter into a three-year, firm-fixed-price, indefinite delivery/indefinite quantity contract for the following commercial items: Line Item 0001 -- Connector, Amphenol Part No. 10-48667-10S (for reference only), NSN #5935-00-661-0822, UNICOR Part No. CTR2595, Procurement Spec. 10-48667; Line Item 0002 -- Connector, Amphenol Part No. 10-67067-10P (for reference only), NSN #5935-00-660-6123, UNICOR Part No. CTR4483, Procurement Spec. 10-67067. The guaranteed minimum quantity over three years for each line item is 1,052 each. The estimated maximum quantity over three years for each line item is 2,500 each. Funds above the guaranteed minimums of both line items will be obligated by individual delivery orders and not by the contract itself. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the Federal Correctional Institution, Fairton, NJ. Required delivery is within 120 days of contractor receipt of each delivery order and will be FOB Destination to UNICOR, Federal Prison Industries, Inc., FCI Fairton, Highway 698, Fairton, NJ 08320. 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 50 each of either line item. The maximum order limitation per delivery order for either line item is 1,500 each. The contractor will not be obliged to honor an order for either of these items in which their respective quantities exceed this maximum order limitation. Also the contractor will not be obliged to honor a series of orders for either of these items from the same ordering office within 20 days that together call for a quantity exceeding this maximum order limitation. However, the contractor shall honor orders exceeding the maximum order limitation 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 three years thereafter. In accordance with FAR 52.216-22 INDEFINITE QUANTITY, the contractor shall not be obligated to make deliveries under this contract after 120 days beyond the contract expiration date. 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. Office of Management and Budget (OMB) No. 9000-0136 which expires February 28, 2001 applies to this solicitation under the Paperwork Reduction Act. 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 with its Alternate I, FAR 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS, 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 52.204-6 CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER and FAR 52.211-16 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE. This procurement is rated DOA1. 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 52.215-5FACSIMILE 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 December 2, 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. In accordance with FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS, award will be based equally on past performance and price taking into consideration any applicable Buy American differentials. Discounts for early payment, if offered, will not be considered in the evaluation for award. In order for the Government to evaluate past performance, each offeror must submit references of at least five previously performed contracts. 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. 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. Offerors shall specify business size and classification as required in FAR 52.212-3. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.gsa.gov/far/current. A copy of this announcement along with all of the forms that must be completed is available at http://www.unicor.gov/procurement. NO CALLS PLEASE. ***** Posted 11/23/98 (W-SN274093). (0327)

Loren Data Corp. http://www.ld.com (SYN# 0280 19981125\59-0028.SOL)


59 - Electrical and Electronic Equipment Components Index Page