Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1998 PSA#2242

Dept 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