Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS

59 -- REELS, CABLE

Notice Date
February 1, 2001
Contracting Office
Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material Mgt Branch, Washington, DC 20534-0001
ZIP Code
20534-0001
Solicitation Number
EP1731-01
Response Due
February 16, 2001
Point of Contact
Broderick J. Stone, Contracting Officer
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is EP1731-01. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The Standard Industrial Classification code is 3499(reels) and 5051 (cable). UNICOR intends to enter into a 5-year Requirements type contract. DRAWINGS ARE AVAILABLE UPON REQUEST. Requested Items are as follows: Line Item 0001, REL0002, D, SC-F-14569, 8130001740812, Line item 0002, REL0003, D, 3086165, CBL-ASSY-SPOOL, 8130001747859, Line Item, 0003, CBL2992, C, WD-1A/TT, CABLE-TELEPHONE, Line Item 0004, CBL2992, C, WD-1A/TT, CABLE-TELEPHONE. 7 Special instructions for cable are as follows: 1) Cable item CBL2992 must be provided in kilometer(1640 feet) lengths but no more than 10 kilometers per reel. 2) Cable item CBL2992 must be provided in two (2) kilometer (6560 feet) lengths but no more than 10 kilometers per reel. 3) Multiples must be continuous lengths without splicing(note: splicing can occur between multiples). 4) If spliced between multiples, the diameter of the splice cannot exceed the outer diameter of the cable. 5) No insulation breakdowns are allowed within the multiples. 6) Splices must be identified with red tape and the number of splices marked on the side of the reel. 7) All reels shall have a 1 " center-diameter core, 30" outside diameter and 14" width. Estimated maximum quantity for duration of contract is 20,000 each for REL0002, 100,000 each for REL0003, 65,001,400 feet for CBL2992 ( kilometer length) and 30,705,440 feet for CBL2992 (2 kilometer length). Delivery will be 90 days (ARO) from receipt of each delivery order issued (or earlier). FAR 52.247-34 FOB Destination applies. Delivery will be FOB Destination with a ship address of Federal Correctional Institution, UNICOR Federal Prison Industries, UNICOR, Electronics. FCI Lexington, 3301 Leestown Road, Lexington, KY 40511-8799. The Contracting Officer Technical Representative (COTR) is James Jones telephone number is (859) 254-8749. Provision FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. FAR52.212-2, Evaluation-Commercial Items applies. Evaluation of offers will be based on 40% price and price related factors and 60% past performance including ON TIME DELIVERY. Provision at FAR 52.212-3, Offer or Representations and Certifications-Commercial Items, must be completed and provided with offer, (IT IS IMPERATIVE THAT THIS FORM BE SUBMITTED). FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies, which includes FAR 52.203-6 FAR 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS) applies. This is a DO-A7 rated order. FAR 52.211-14, Notice of Priority Rating for National Defense, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.216-18, Ordering, orders may be issued under the resulting contract from the date of award through five years thereafter. FAR 52.216-19, Delivery Order Limitation applies with (a) minimum order of 300 each for REL0002 and REL0003 and 500,000 feet for CBL2992 ;(b)(1) maximum order for a single item in excess of 3,000 each for REL0002 and REL0003 and 10,000,000 feet for CBL2992;(b)(2) any order for a combination in excess of 3,000 each for REL0002 AND REL0003 and 10,000,000 feet for CBL2992 contractor will not be obligated to honor. Contractor will not be obligated to honor a series of orders from the same ordering office, within a 15 day period that together call for quantities exceeding the maximum order limitations. However, the contractor shall honor orders exceeding the maximum order limitations unless the order or orders is returned to the ordering office within seven(7) calendar days after issuance with a written statement expressing the contractor's intent not to ship. FAR 52.216-21 Requirement, FAR 52.219-6 Total Small Business Set-asides. FAR 52.211-16 Variation in Quantity applies with 1% increase and 0% decrease. FAR 52,232-18 Availability of Funds applies. FAR 52.232-33, Electronic Funds Transfer-Non Central Contract Registration. FP9999.999-9, Business Management Questionnaire must be completed with a minimum of three references of contracts that are of similar size and complexity. FAR 52.211-2, Availability of Spec. Applies. Listed on the DOD Index of Specs. Applies. OMB Clearance 9000-0136 expires 9/30/01. Vendors shall submit signed and dated offers to UNICOR, Federal Prison Industries, 320 First Street, NW, Washington, DC 20534 ATTN: Broderick J. Stone, Contracting Officer. If hand carried, Federal Express or UPS, send to 400 First Street, 6th Floor, Washington, DC 20534, ATTN: Broderick J. Stone, Contracting Officer. Offers should be submitted on the SF 1449 along with Certifications and Representations and Business Questionnaire. Offers may be sent by facsimile at (202) 305-7355 to the attention of Broderick J. Stone, Contracting Officer. (Please call to confirm receipt) The date and time for receipt of proposals is February 16, 2001 @ 2:00PM. NO INCREMENTAL PRICING ALLOWED. Offers must indicate Solicitation Number EP1731-01, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address, a completed copy of Representations and Certifications at FAR 52.212-3, and acknowledgment of all amendments, if any. All offerors that fail to furnish required Representations and Certifications, Business Questionnaire information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions; therefore, the offerors initial offer should contain best pricing. An award will be made based on best value to the Government. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 days from the date specified for receipt of offers. Offers or modifications to offerors after the exact time specified may not be considered. Future requirements from a UNICOR factory may be modified to add items to this contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. Questions regarding a requirement may be addressed to Contracting Officer at bstone@central.unicor.gov All forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.arnet.gov/far This CBD synopsis/solicitation and necessary forms are available on the web site: http://www.unicor.gov/procurement/proelectron.htm. A completed ACH form must be on file prior to contract award. See Note 1 and 9.
Web Link
Click here to download copy of solicitation (http:www.unicor.gov/procurement/proelectron.htm)
Record
Loren Data Corp. 20010205/59SOL005.HTM (W-032 SN50C4Z9)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on February 1, 1988 by Loren Data Corp. -- info@ld.com