Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1998 PSA#2238

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

59 -- TRANSFORMER, SATURABLE SOL 1PI-R-1224-99 DUE 122998 POC F. Robert Ribail, ph. (202) 305-7286 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-1224-99 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 97-08. The Standard Industrial Classification is 5065, and the small business size standard is 500 employees. UNICOR, Federal Prison Industries, Inc. intends to enter into a, firm-fixed-price for the following commercial item -- Transformer, Saturable, UNICOR Part No. TRF0065, NSN 5950-00-487-4114, drawing 10559565 revision K, to be provided upon request, Hughes Aircraft P/N 860147 (provided for reference only) . All parties interested in submitting a proposal must state the manufacturer as well as the manufacturer's part number of item being offering. The telephone contact for this acquisition is F. Robert Ribail, Contracting Officer at 202-305-7286. Delivery shall be FOB Destination to UNICOR, Federal Prison Industries, Inc., 37940 N. 45th Avenue, Phoenix, AZ 85027-7058. Required delivery is 60 days after receipt of order. 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 52.222-26 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 52.225-3 BUY AMERICAN ACT -- SUPPLIES, FAR 52.225-9 BUY AMERICAN ACT-TRADE AGREEMENTS ACT- BALANCE OF PAYMENTS PROGRAM, FAR 52.225-18 EUROPEAN UNION SANCTION FOR END PRODUCTS. In addition, the following are applicable: FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT, FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER.FAR 52.211-1 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTION if applicable, FAR 52.211-2 AVAILABILITY OF SPECIFICATION LISTED IN THE DOD INDEX OF SPECIFICATIONS AND STANDARDS (DODISS), if applicable. FAR 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE, rating: DOA4.FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE. 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 F. Robert Ribail, Contracting Officer, FX 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 4:00 p.m. Eastern Standard Time on December 29, 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). 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 thissolicitation. 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. The Government will award a contract resulting from this solicitation to a responsible offeror whose proposal conforms to the solicitation and is considered most advantageous to the Government. Discounts for early payment, if offered, will not be considered in the evaluation for award. Award will be made on the basis of low overall price. The Government may make an award withor 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 other relays from the UNICOR factory in Oxford, WI 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 clauses and provisions referenced in this announcement may be accessed at the following website: http://www.gsa.gov/far/current. This is a total small business setaside. NO CALLS PLEASE. See Note 1 and 9.***** Posted 12/07/98 (W-SN277664). (0341)

Loren Data Corp. http://www.ld.com (SYN# 0203 19981209\59-0002.SOL)


59 - Electrical and Electronic Equipment Components Index Page