|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1998 PSA#2242Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- CONECTORS AND CIRCUIT SOL 1PI-R-1226-99 DUE 010419 POC Broderick
J. Stone, Contracting Officer, (202)305-7363/7365 fax (202)305-7318
phone WEB: Click here to download a copy of the RFP,
www.unicor.gov.procurement/electronics/index.html. E-MAIL: Click here
to contact the contracting officer via, bstone@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-1226-99, 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 (SIC)for line item 0001 is 5063 and the small business
size standard is 500 employees and the SIC for line item 0002 is 5065
with the small business size standard at 500 employees. UNICOR, Federal
Prison Industries, Inc. intends to enter into a firm-fixed-price
definite delivery definite quantity supply type contract for the
following items: 0001 -- Carrier, Hybrid, Post Amp (TTS), UNICOR Part
# EHR9200, D, SM-D-804995, Drawing #: SM-D-804995, Procurement Spec
DWG# 804995 Rev-AH, Markings per MIL-STD-130(Already called out within
the requirements of MIL-STD-454 on drawings), request mandrel diameter
be .750" in lieu of .250", request flex layers be left unbonded. Cable
assembly drawing SM-D-804996 does not require bonding of the flex
cable layers. Therefore, the manufacturer may choose a preferable cable
construction option provided that the cable complies with the
requirements of the drawing. Dupont adhesiveness material may be
utilized provided it, at the least, meets the requirements of the
drawing and the contractor must provide certification to prove this
property. Request to use GIN materials -- GIN must, at least, meet the
requirements of the drawing and this certification must be provided
prior to manufacturing. 0002 -Connector, Recep, Emitter, UNICOR Part #
CTR15709,D,SM-D-772568, Drawing #: 772568, Procurement Spec DWG#
772568 Rev B. (DRAWINGS MAILED/FAXEDUPON REQUEST) 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 Broderick J. Stone, Contracting Officer at
(202)305-7318. Required delivery by the contractor to the factory is 8
weeks (item 0001) and 60 days (item 0002) after receipt of order which
may be issued telephonically or by facsimile. Delivery shall be FOB
Destination to UNICOR, Federal Prison Industries, Inc., FCI Phoenix,
37940 N. 45th Avenue, Phoenix, AZ 85027-7058. In accordance with FAR
52.211-16 VARIATION IN QUANTITY, the permissible variation in quantity
for the quantity specified on the delivery order is +/- 0%. 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. 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. FAR 52.211-4 NOTICE OF PRIORITY RATING
FOR NATIONAL DEFENSE USE applies to this acquisition. This is a DO-A7
rated order for line item 0001 and DO-A5 rated for line item 0002. 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 52.217-9 OPTION TO EXTEND
THE TERM OF THE CONTRACT, 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 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS
TRANSFER PAYMENT(ACH form must be completed before award), FAR 52.204-6
CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL NUMBERING SYSTEM
(DUNS) NUMBER and 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 at least five(5) previously performed
contracts. Each reference must contain the name, address and current
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 termsfrom
a price standpoint. 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 Broderick J. Stone, 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 30, 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. 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 the above listed items may be modified to add additional UNICOR
factories 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 and 9.***** Posted 12/11/98 (W-SN279563). (0345) Loren Data Corp. http://www.ld.com (SYN# 0242 19981215\59-0015.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|