|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- HOUSING, CONDUIT AND COVERS SOL 1PI-R-1289-99 DUE 032699 POC
Broderick J. Stone, Contracting Officer, (202)305-7318 WEB: Click here
to download a copy of this solicitation,
http://www.unicor.gov/procurement/electronics/index.html. E-MAIL: Click
here to contact the Contracting Officer, 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-1289-99, and this solicitation is issued as a Request for
Proposals (RFP). The solicitation shall be obtained at
http://unicor.gov/procurement/electronics/index.html. Click on the
solicitation number and adobe acrobat will download the package. All
required forms are available by clicking on the "FORMS" link at the
bottom of this webpage. Offerors must submit the following forms: 1)
ACH Vendor/Miscellaneous Payment Enrollment Form; 2) FPI9999.999-9 --
Business Management Questionnaire; 3) SF1449 --
Solicitation/Contract/Order for Commercial Items; 4) FAR 52.212-3 --
Offeror Representatations and Certifications -- Commercial Items. Any
proposal that rejects the terms and conditions of this announcement or
do not include all of the required forms may be excluded from
consideration. The solicitation document and incorporated clauses and
provisions are those in effect through Federal Acquisition Circular
97-10. The Standard Industrial Classification is 3272. This
solicitation is 100% set aside for small business and the small
business size standard is 500 employees. UNICOR, Federal Prison
Industries, Inc. intends to enter into a five-year, firm-fixed-price,
indefinite delivery/indefinite quantity supply type contract for the
following commercial item(s): 0001 -- Housing, UNICOR Part # HWS2912,
D,13229E6360, STORAGE-CONTAINER-REUSABLE, DWG# 13229E6360, 0002 --
Conduit, UNICOR Part # CND0180, D,13228E4213, Conduit, DWG# 13228E4213.
0003 -- Cover, UNICOR Part # CVR0294, D,13228E4214, ALUMN,
DWG#13228E4214. Funds other than the guaranteed minimum 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 United States Penitentiary, Lompoc,
CA. Delivery orders must be delivered complete. No partial deliveries
will be accepted. Discounts for early payment, if offered, will not be
considered in the price evaluation. This is a DOC9 rated order. FAR
52.216-19, ORDER LIMITATIONS, the minimum order limitations per
delivery order for which the Government is obligated to purchase and
the contractor is obligated to accept for each line item are as
follows: 40 each for line item 0001, 240 each for line item 0002 and
480 each for line items 0003. The maximum order limitation per delivery
order for each line item is as follows: 700 each for line item 0001,
4,200 each for line item 0002 and 8,400 each for line items 0003. The
guaranteed minimum quantity for the term of the contract is 175 each
for line item 0001, 1,050 each for line item 0002 and 2,100 each for
line item 0003. The maximum not to exceed for the term of the contract
is 700 each for line item 0001, 4,200 each for line item 0002 and
8,400 each for line item 0003. The contractor will not be obligated to
honor an order for any of these items for quantities exceeding these
maximum order limitations. Also, the contractor will not be obliged to
honor a series of orders for any of these items from the same ordering
office within seven (7) days that together call for quantities
exceeding these maximum order limitations. However, the contractor
shall honor orders exceeding the maximum order limitation unless the
order (or orders) is returned to the ordering office within seven (7)
days after issuance with a written statement expressing the contractors
intent not to ship and the reason. In accordance with FAR 52.216-19,
ORDERING, orders may be issued under the resulting contract from the
date of award through five (5) years thereafter. In accordance with FAR
52.216-22, INDEFINITE QUANTITY the contractor shall not be obliged to
make deliveries under this contract after 90 days beyond the contract
expiration date. Office of Management and Budget(OMB) No 9000-0136
which expires September 30, 2001 applies to this solicitation under the
Paperwork Reduction Act. The following clauses also apply to this
solicitation: FAR 52.212-1 INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS,
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, FAR
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS, FAR 52.203-6 RESTRICTIONS FOR
SUBCONTRACTOR SALES TO THE GOVERNMENT with its alternate I, 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 52.211-15, NOTICE OF PRIORITY
RATING, FAR 52.211-14, NOTICE OF PRIORITY FOR NATIONAL DEFENSE USE, FAR
52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE and 52.211-2,
AVAILABILITY OF SPECIFICATIONS. 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 90
days after receipt of an individual delivery order which may be issued
telephonically or by facsimile. Delivery shall be FOB Destination to
UNICOR, Federal Prison Industries, Inc., USP Lompoc, 3901 Kline Blvd.,
Lompoc, CA 93436. FAR Provision 52.212-1, Instructions to
Offerors-Commercial items apply to this acquisition. Vendors may submit
a signed and dated federal express or hand delivered quotes to: UNICOR
Federal Prison Industries, 400 First Street N.W., 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. The due date and time for receipt of proposals is
2:00 p.m. Eastern Standard Time on March 26, 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). Offerors shall provide pricing in Section B of the
solicitation for each component for each of the five years in the
contract period. 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. No incremental pricing will
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 offer
conforms to the solicitation and is considered most advantageous to
the Government. In accordance with FAR 52.212-2, EVALUATION --
COMMERCIAL ITEMS, evaluation of offers will be based 50% on price and
50% past performance. Price shall be evaluated by multiplying each
offerors's proposed unit price by the estimated maximum for each item
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 three (3)
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. Future requirements from the UNICOR
factory in Lompoc 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
52.212-1, Instructions to Offerors-Commercial Items. Offerors shall
submit fax request for drawings at (202)305-7363/7365. NO CALLS PLEASE.
See Note 1 and 9. Posted 03/12/99 (W-SN308118). (0071) Loren Data Corp. http://www.ld.com (SYN# 0310 19990316\59-0008.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|