SOLICITATION NOTICE
59 -- CIRCUIT BOARD COMPONENTS
- Notice Date
- 12/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Phoenix, 37940 N. 45th Ave., Dept. 1650 I-17 N., Exit 225, Pioneer Rd., Phoenix, AZ, 85086
- ZIP Code
- 85086
- Solicitation Number
- PHCB-187
- Response Due
- 12/23/2003
- Point of Contact
- Mitzi Adams, Contract Specialist, Phone 623-465-0023, Fax 623-465-9556,
- E-Mail Address
-
madams@central.unicor.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for 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 PHCB-187 and this solicitation is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. The North American Industry Classification System code is 334418. This requirement is set aside 100% for small business. UNICOR, Federal Prison Industries, Inc., Phoenix, Arizona intends to enter into a 5 year Firm Fixed Price Requirements contract for items which can be found under www.unicor.gov/procurement/proelectron.gov. Delivery is 120 days after receipt of order. If your proposal can not meet this requirement, state delivery time frame for consideration prior to award. All paperwork (invoices, packing slips, etc.) after award must notate the UNICOR P/N which is THE ALPHA / NUMERIC. All prospective offers should be sent to UNICOR, Federal Prison Industries, FCI Phoenix, 37940 North 45th Avenue, Dept 1650,Phoenix, AZ 85086-7058 Fax (623) 465-9556. Due to time restraints, interested parties must locate specifications and/or drawings at the defense website noted below. PLEASE DO NOT CALL. The following FAR clauses and provisions apply to this acquisition: 52.247-34 Destination, delivery shall be FOB destination to UNICOR FCI Phoenix, 37940 N. 45th Avenue, Department 1650, Phoenix, AZ 85086-7058. The COTR is Frank Fata, 623/465-9757 x340; 52.211-16 Variation in Quantity of +0% percent increase or -0% percent decrease; Effective October 1, 2003, ALL contractors MUST be registered on the Central Contractor Registration. For additional information and to register, please to www.ccr.gov, and must remain registered though final payment of the contract. Offerors responding to this solicitation must be registered on CCR for their offers to be considered for award. 52.212-2, Evaluation - Commercial Items which must meet and be certified to all the requirements called for in the military specification or drawing shown in the description, significant evaluation factors are past performance and price. Past performance is significantly more important than price. 52.212-3, Offeror Representations and Certifications - Commercial Items - this document must be completed and provided with offer; 52.212-4, Contract Terms and Conditions - Commercial Items must meet all aspects of the military requirements, specifications and drawings as shown in the description; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, which includes 52.225-21, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program, is included in this solicitation.) (i) The offeror certifies that each end product being offered, except those listed in paragraph (g)(1)(ii) of this provision, is a domestic end product (as defined in the clause entitled "Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program," and that components of unknown origin have been considered to have been mined, produced, or manufactured outside the United States. (ii) Excluded End Products: LINE ITEM NO. COUNTRY OF ORIGIN _________________________ ___________________ (List as necessary) (iii) Offers will be evaluated by giving certain preferences to domestic end products or NAFTA country end products over other end products. In order to obtain these preferences in the evaluation of each excluded end product listed in paragraph (g)(1)(ii) of this provision, offerors must identify and certify below those excluded end products that are NAFTA country end products. Products that are not identified and certified below will not be deemed NAFTA country end products. The offeror certifies that the following supplies qualify as "NAFTA country end products" as that term is defined in the clause entitled "Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program": __________________________________________ __________________________________________ __________________________________________ (Insert line item numbers) (iv) Offers will be evaluated in accordance with Part 25 of the Federal Acquisition Regulation. In addition, if this solicitation is for supplies for use outside the United States, an evaluation factor of 50 percent will be applied to offers of end products that are not domestic or NAFTA country end products. (2) Alternate I. If Alternate I to the clause at 52.225-21 is included in this solicitation, substitute the following paragraph (g)(1)(iii) for paragraph (g)(1)(iii) of this provision: (g)(1)(iii) Offers will be evaluated by giving certain preferences to domestic end products or Canadian end products over other end products. In order to obtain these preferences in the evaluation of each excluded end product listed in paragraph (b) of this provision, offerors must identify and certify below those excluded end products that are Canadian end products. Products that are not identified and certified below will not be deemed Canadian end products. The offeror certifies that the following supplies qualify as "Canadian end products" as that term is defined in the clause entitled "Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program": _________________________________________ (Insert line item numbers) (h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12549). The offeror certifies, to the best of its knowledge and belief, that-- (1) The offeror and/or any of its principals /_/ are, /_/ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, and (2) /_/ Have, /_/ have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and /_/are, /_/ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. (End of Provision) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.225-1 Buy American Act-Balance of Payments program-Supplies52.225-2 Buy American Act-Balance of Payments Program Certificate; 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.219-6, Notice of Total Small Business Set-Aside; 52.216-18 Ordering. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through three months thereafter. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. I.6 52.216-21 Requirements. (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as .estimated. or .maximum. in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 100 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 10,000/each; (2) Any order for a combination of items in excess of 10,000 per line item; or (3) A series of orders from the same ordering office within ten (10) calendar days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.211-14 Notice of Priority Rating for National Defense and 52.211-15 Defense Priority Allocation Requirements 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 9JUL 1996) (Reference 19.508) 52.232-18, Availability of Funds With the original invoice, the vendor will furnish the original Certificate of Conformance that will be signed by the person who has certification authority with their title and position included. A copy of this Certificate of Conformance and the packing slip will accompany shipment and the COC or the packing slip must show the Unicor part number and the military specification /drawing exactly as shown in the description of the solicitation or material will be rejected pending correction. The furnishing of the Certificate of Conformance will be a condition of acceptance at destination and payment will not be made until it is received. Inspection and acceptance will be by FPI Phoenix, Arizona. PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, most current representations and certifications for commercial items, an ACH form. A completed ACH form must be on file prior to contract award. Vendors shall submit signed and dated offers by facsimile to Mitzi Adams, 623/465-9556 OMB#1103 EXPIRES 2/29/04 The date and time for receipt of proposals is 12/23/04 at 2:00 PM Pacific Standard Time. Offer must indicate Solicitation No. PHCB-187, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Offer must include a completed copy of representations and certifications at FAR 52.212-3, and acknowledgment of all amendments, if any. All offers that fail to furnish required representations and certifications, past performance information or reject the terms and conditions of the solicitation may be excluded from consideration. Award(s) will be based on the lowest priced of the offers having the highest past performance, which represents the best value when compared to any lower priced quotation or offer. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Questions regarding this requirement may be addressed in writing to madams@central.unicor.gov. All FAR forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: www.arnet.gov This combined synopsis/solicitation and necessary forms are available on web site: www.unicor.gov/procurement/proelectron.htm. Drawings/specifications can be found at http://www.dscc.dla.mil/Programs/MilSpec/ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-JAN-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FPI-UNICOR/PHX/PHCB-187/listing.html)
- Place of Performance
- Address: FEDERAL PRISON INDUSTRIES, INC. 37940 N. 45TH AVE. I-17 N., EXIT 225, PIONEER ROAD PHOENIX, ARIZONA
- Zip Code: 85086-7058
- Country: USA
- Zip Code: 85086-7058
- Record
- SN00502698-F 20040114/040112212925 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |