Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292

Federal Prison Industries, UNICOR, 846 NE 54th Terrace, Coleman, Florida 33521

55 -- LUMBER, MILLWORK, PLYWOOD & VENEER SOL 278PI-Q-0001-99 DUE 032299 POC Contact: Kathy Collins, Contract Officer; Phone:352/330-3248; FAX:352/330-3238 WEB: click here to go to CBDNet on GPO Access, http://cbdnet.access.gpo.gov. E-MAIL: Click here to send e-mail to the GPO Access User Support, cbd-support@gpo.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 inculded in this notice. This announcement consitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 278PI-Q-0001-99, and this solicitation is issued as a Request for Qutoe (RFQ). The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-10. 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 one Year, Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity supply contract for the following commercial items: Item 001- 1x6x12 board, grade 3 quality, guaranteed minimum quantity, 2,000 each, estimated maximum quantity: 10,000 each; Item 002- 1x4x12 board, grade 3 quality, guaranteed minimum quantity: 1,500 each, estimated maximum quantity: 8,000 each; Item 003- 2x4x12 board, grade 3 quality, guaranteed minimum quantity: 1,500 each, estimated maximum quantity: 8,000 each. All items must be quoted as each, see each item for size and length. DO NOT submit offer in board feet (BF) or linear feet (LF). Packaging requirement: strapped bundles. This acquisition is unrestricted and open to both small and large businesses. The telephone contact for this acquisition is Kathy Collins, Contracting Officer, at 352/330-3248. In accordance with FAR 216-19, ORDED LIMITATIONS, the minimum order limitation per delivery order is 24 each for all items. When the Government requires a quantity of less than 24 each for all items, the Government will not be obliged to purchase, nor will the contractor be obliged to furnish these items under the contract. The contractor shall honor orders exceeding the maximum order limitations unless the order (or orders) is returned tothe ordering office within two 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 be issued under the resulting contract from the date of award through one (1) year thereafter. In accordance with FAR 52.216-22, INDEFINITE QUANTITY, the contractor shall not be obligated to make deliveries under this contract after 90 days beyond the contract expiration date. Delivery orders may specify multiple delivery dates with the initial delivery required within 90 days after receipt of an order. All subsequent deliveries in a delivery schedule shall be no less than 30 days after the previous delivery in that delivery schedule. Funds for quantities above the guaranteed minimums shall be obligated by individual delivery orders and not by the contract itself. Delivery shall be FOB Destination to UNICOR, Federal Prison Industries, Inc., 846 NE 54th Terrace, Coleman, Florida 33521-1109. 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 ORDER-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 52.203-10, PRICE AND FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY, 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 TRANFER PAYMENT, 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., Kathy Collins,Contracting Officer, 846 NE 54th Terrace, Coleman, Florida, 33521-1109. In accordance with FAR 52.215-5, FACSIMILE PROPOSALS, facimile proposals will be accepted and shall be addressed to Kathy Collins, Contracting Officer, at (352)330-3238. Proposals may be submitted on the Standard Form 1449 or on letterhead stationary. The due date for the receipt of proposals is 2:00 p.m. Eastern Standard Time on March 22, 1999. 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). 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. All responsible sources may submit an offer. The Government will award one or more contract resulting from this solicitation to the responsible orreror or offerors whose proposal(s) conform to the solicitation and are considered most advantageous to the Government. The Government may make an award with or without discussions with offerors; therefore, the offerors initial proposal should contain the offeror's best terms and price as the contract will be awarded to the offeror(s) who submit the lowest aggregate offer. 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. All clauses and provisions reference in this announcement may be accessed at the following website: http://cbdnet.access.gpo.gov Posted 02/25/99 (W-SN302169). (0056)

Loren Data Corp. http://www.ld.com (SYN# 0240 19990301\55-0001.SOL)


55 - Lumber, Millwork, Plywood and Veneer Index Page