|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 95 -- STEEL SOL 1PI-R-1115-98 DUE 071398 POC Barry Page, Contracting
Officer, 202-305-3887, FAX: 202-3057363/7365 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-1115-98, 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 97-05. The Standard Industrial Classification is
3312, and the small business size standard is 1,000 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 items: Line Item 0001 -- Steel,
Flat-Stock, Mild, A53-HR, (2-1/2" x 1/4" X 20'), UNICOR Part No.
STL0014, guaranteed minimum quantity: 1,000 each, estimated maximum
quantity: 2,000 each; Line Item 0002 -- Steel, Flat-Stock, Mild,
A53-HR, (4" x 3/4" x 20'), UNICOR Part No. STL0015, guaranteed minimum
quantity: 1,000 each, estimated maximum quantity: 2,000 each; Line
Item 0003 -- Steel, WB-21, Mild, 6' (I-Beam), UNICOR Part No. STL0016,
guaranteed minimum quantity: 1,000 each, estimated maximum quantity:
2,000 each. In accordance with FAR 52.219-6 NOTICE OF TOTAL SMALL
BUSINESS SET-ASIDE, these requirements are 100% set aside for small
business concerns. The telephone contact for this acquisition is Barry
Page, Contracting Officer at 202-305-3887. In accordance with FAR
52.216-19 ORDER LIMITATIONS, the minimum order limitation per delivery
order for which the Government is allowed to purchase and the
contractor must accept is 1 each for all line items. The maximum order
limitation per delivery order for each line item is 1,000 each. The
contractor will not be obliged to honor any order for an item in which
the quantity requested exceeds the maximum order limitation of that
item. Also the contractor will not be obliged to honor a series of
orders for an item from the same ordering office within 20 days that
together call for quantities exceeding the maximum order limitation of
that 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 after 30 days beyond the contract expiration date. Funds for
quantities above the guaranteed minimums shall be obligated by
individual delivery orders and not by the contract itself. Required
delivery by the contractor to the factory is 30 days after receipt of
an individual delivery order. Delivery shall be FOB Destination to
UNICOR, Federal Prison Industries, Inc., FCI Estill, 100 Prison Road,
Estill, SC 29918. All items delivered to the factory must be properly
covered with a waterproof material and free of rust and corrosion. 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. The following clauses also apply to this solicitation: FAR
52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS and FAR
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. The following clauses cited in
FAR 52.212-5 are also applicable: FAR 52.203-6 RESTRICTIONS OF
SUBCONTRACTOR SALES TO THE GOVERNMENT, FAR 52.203-10 PRICE AND FEE
ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY, FAR 52.219-8 UTILIZATION
OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS,
FAR 52.219-14 LIMITATION ON SUBCONTRACTING, FAR 52.222-26 EQUAL
OPPORTUNITY, FAR 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED
VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE
ACTION FOR HANDICAPPED WORKERS, FAR 52.222-37 EMPLOYMENT REPORTS ON
SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.225-9
BUY AMERICAN ACT-BALANCE OF PAYMENTS PROGRAM AND FAR 52.225-21 BUY
AMERICAN ACT-NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT. In
addition, the following are applicable: FAR 52.232-18 AVAILABILITY OF
FUNDS, FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS
TRANSFER PAYMENT, FAR 52.323-34 OPTIONAL INFORMATION FOR ELECTRONIC
FUNDS TRANSFER PAYMENT, FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER
-- DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER and FAR 52.246-15
CERTIFICATE OF CONFORMANCE. 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. Proposals may be submitted on the Standard Form 1449
or on letterhead stationary. The due date and time for receipt of
proposals is 2:00 p.m. Eastern Standard Time on July 13, 1998. 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). Each proposal must contain a technical
description of each item in sufficient detail to permit evaluation. 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 one or more contracts resulting from this
solicitation to the responsible offeror or offerors whose proposals
conform to the solicitation and are considered most advantageous to the
Government. Price shall be evaluated by multiplying each offeror's
proposed unit price by the estimated maximum for each item taking into
consideration any applicable Buy Americandifferentials. Discounts for
early payment, if offered, will not be considered in the evaluation
for award. 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 technical 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
for steel from the UNICOR factory in Estill, SC as well as from other
UNICOR factories 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
52.212-3. All clauses and provisions referenced in this announcement
may be accessed at the following website:
http://www.gsa.gov/far/current. Drawings may be obtained by written or
faxed requests. NO CALLS PLEASE. See Note 1.***** Posted 07/02/98.
(0183) Loren Data Corp. http://www.ld.com (SYN# 0373 19980707\95-0001.SOL)
95 - Metal Bars, Sheets and Shapes Index Page
|
|