Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,2000 PSA#2569

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

25 -- FORKLIFT PARTS SOL 1PI-R-1575-00 DUE 041800 POC Barry M. Page, Contracting Officer, 202-305-3887, FAX: 202-305-7363/7365 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 via, bpage@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. The solicitation number is 1PI-R-1575-00, and this solicitation is issued as a Request for Proposals (RFP). The solicitation shall be obtained at http://www.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.) 52.212-3 Offeror Representations and Certifications -- Commercial Items. Any proposals that reject 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 97-15. UNICOR, Federal Prison Industries, Inc. intends to enter into a one-year, firm-fixed-price, indefinite delivery/indefinite quantity supply contract for various J. I. Case Model #4K forklift parts. This is a brand name requirement for J. I. Case parts only. This solicitation contains 141 line items which will be awarded on an all-or-none basis. Detailed descriptions as well as the estimated maximum and guaranteed minimum quantities of each of these line items are available on the UNICOR website specified above. Funds will be obligated by individual delivery orders and not by the contract. In accordance with FAR 52.216-19 ORDER LIMITATIONS, the minimum order limitation per delivery order for any line item for which the Government will be obligated to purchase and the contractor will be obligated to provide is one each. The maximum order limitation per delivery order for any line item for which the Government will be obligated to purchase and the contractor will be obligated to provide is equal to the guaranteed minimum quantity of that line item. Also a contractor will not be obliged to honor a series of orders for a line item from the same ordering office placed within 20 days of each other that together call for a total quantity exceeding the maximum order limitation for that line item. However, a contractor shall honor orders exceeding any 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 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 year thereafter. In accordance with FAR 52.216-22 INDEFINITE QUANTITY, the contractor shall not be obligated to make deliveries under a contract after 90 days beyond the contract expiration date. Required delivery of all orders is 10 days after contractor receipt of each order for all stock items, 60 days for all non-stock items and 90 days for all special order items. Delivery will be FOB Destination to UNICOR, Federal Prison Industries, Inc., 1511 Nisqualli Road, Victorville, CA 92332. In accordance with FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, this acquisition is 100% set aside for small business concerns. The Standard Industrial Classification (SIC) code for this acquisition is 5085 and the small business size standard is 500 employees. The telephone contact for this acquisition is Barry Page, Contracting Officer at 202-305-3887. 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 INSTRUCTIONS 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 OF SUBCONTRACTOR SALES TO THE GOVERNMENT with its Alternate I, FAR 52.232-18 AVAILABILITY OF FUNDS, FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER -- CENTRAL CONTRACTOR REGISTRATION and 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., 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 Barry Page, 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 April 18, 2000. 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). 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. In accordance with FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS, evaluation of offers will be based 50% on past performance and 50% on price. Discounts for early payment, if offered, will not be considered in the price evaluation. In order for the Government to evaluate past performance, each offeror must submit references of at least five previously performed contracts on the FPI9999.999-9 Business Management Questionnaire. 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 and past performance 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. 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 Note #1. Posted 03/29/00 (W-SN439243). (0089)

Loren Data Corp. http://www.ld.com (SYN# 0140 20000331\25-0002.SOL)


25 - Vehicular Equipment Components Index Page