Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 6,1999 PSA#2449

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

81 -- BOXES SOL 1PI-R-1458-99 DUE 101599 POC F. Robert Ribail, ph. (202) 305-7286 This is a combined synopsis/solicitation for commercial items prepared in accordance with theformat 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- 1458-99 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 97-13. This solicitation and necessary forms may be obtained at www.unicor.gov/procurement/electronics. Click on solicitation number and adobe acrobat will download the package. Required forms are available by clicking on "FORMS" link (i.e. ACH Form, 52.212-3 Reps and Certs, FPI9999 -- Business Questionnaire, SF-1449 -Commercial Order Form). The Standard Industrial Classification is 2653, and the small business size standard is 500 employees. UNICOR, Federal Prison Industries, Inc. intends to enter into a three -year, firm-fixed-price, indefinite delivery/indefinite quantity supply contract for the following commercial item: Triple Wall Box, inside diameter (L) 67" x (W) 15.5" x (D) 15.5", RSC, must meet class II, Federal Specification PPP-B-640-D and ASTM4169A, Rev A 91, Mil- Std 2073-1, Weather Resistent, Burst Strength 1,300 PSI, corners must be stapled in order to avoid collapsing, Unicor P/N BOX0117. 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. The minimum quantity that the Government guarantees to purchase over three years is 5000 each and the estimated maximum quantity that the Government may purchase over three years is 35,000 each. In accordance with FAR 52.216-19 ORDER LIMITATIONS, the minimum order limitation is 100 each . When the Government requires this part in a quantity of less than 100 each, the Government will not be obliged to purchase, nor will the contractor be obliged to furnish this part under the contract. The maximum order limitation is 2,500 each. The contractor will not be obliged to honor any order for this part in a quantity of more than 2,500 each . Also the contractor will not be obliged to honor a series of orders for this part from the same ordering office within 7 days that together call for quantities exceeding 2,500 for each item. However, the contractor shall honor orders exceeding the maximum order limitations unless the order (or orders) is returned to the ordering office within seven 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 me issued under the resulting contract from the date of award through three years thereafter. In accordance with FAR 52.216-22 INDEFINITE QUANTITY, the contractor shall not be obligated to make deliveries under this contract 30 days beyond the contract expiration date. Delivery shall be FOB Destination to UNICOR, Federal Prison Industries, Inc., Hwy 72 (8 miles west), Three Rivers, Texas 78071-4100. Required delivery is initial delivery is required 45 days from date of first delivery order, each subsequent delivery is required in 30 days from receipt of delivery orders. 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, OMB 9000-0136, expires 9-30-01. The following clauses also apply to this solicitation: FAR 211-16 VARIATION IN QUANTITY, For purposes of this clause the following applies: +5%/ 0%, that is no under shipments authorized. FAR52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. In addition, the following are applicable: NUMBER.FAR 52.211-1 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, if applicable, STANDARDS AND COMMERCIAL ITEM DESCRIPTION, FAR 52.211-2 AVAILABILITY OF SPECIFICATION LISTED IN THE DOD INDEX OF SPECIFICATIONS AND STANDARDS (DODISS), if applicable. FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT, prior to award, contractor must fill out ACH Vendor form. FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER,, the Contracting Officer Technical Representative (COTR) for this procurement will be David Gnuschke. 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. The due date and time forreceipt of proposals is 2:00 p.m. Eastern Standard Time on October 15, 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). 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. 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. Price shall be evaluated by multiplying each offeror's proposed unit price by the estimated maximum taking into consideration any applicable Buy American differentials. Discounts for early payment, if offered, will not be considered in the, evaluation for award. Award will be made on the basis of best value, trade off where price will be 50% and performance will be 50%. In regards to performance evaluation, offerors must submit references of at least three previously performed contracts on the FPI9999.999-9 Business Management Questionnaire. References shall include, contract number, dollar value, point of contact and telephone number. Failure to provide performance information may disqualify contractor from further consideration. 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.. This is a 100% small business set aside. 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. NO CALLS PLEASE. See 1 & 9.***** Posted 10/04/99 (W-SN388065). (0277)

Loren Data Corp. http://www.ld.com (SYN# 0263 19991006\81-0001.SOL)


81 - Containers, Packaging and Packing Supplies Index Page