|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 83 -- ELASTIC WEBBING SOL 1PI-C-1150-98 DUE 090798 POC Kyle A. Turner,
Contracting Officer, (202)305-7327 or Fax (202) 305-7363 WEB: UNICOR
PORCUREMENT WEB SITE, http://www.unicor.gov/procurement. E-MAIL:
Elastic Webbing, kturner@central.unicor.gov. 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; Request for Proposals are being requested and a written
solicitation will not be issued. Solicitation number 1PI-R-1150-98 is
issued under the Simplified Acquisition Procedures (SAP), the
solicitation incorporates provisions and clauses in effect through
Federal Acquisition Circular 97-07. This is a 100% Small Business
Set-A-Side. The item is Elastic Webbing, (UNICOR part number WEB0043),
1 inch White Elastic (-1/16", +0), Weight is .50 minimum, Warp
Ends/width Crocket is 16 minimum (Polyester), Elastic Strands-Full
width is 14 minimum (Spandex), Fillings yarns per inch are 46 minimum
(Polyester), elastic must meet or exceed specification MIL-D-44213. An
award of a firm-fixed price, requirements type contract for a base
year and two (2) option years will result form this
synopsis/solicitation (offers shall offer an individual price for the
base year and the two (2) option years). The estimated annual quantity
is 900,000 yards. The delivery order minimum is 250,000 yards and the
maximum is 900,000. The elastic webbing is to be used in the
manufacturing of Military Physical Fitness Trunks. Final Acceptance is
subject to UNICOR Quality Assurance Inspection. Variation in quantity
is 0% decrease, 2% increase. A Certificate of Conformance is required.
A test report of all required test shall be furnished to FPI. The
portion relating to the contractor shall be completed by the Quality
Assurance Department of FPI. The original test report shall be
furnished with the original invoice. A copy of the test report and
packing slip shall accompany each shipment. The furnishing of the test
report shall be a condition of acceptance at destination, and payment
shall not be made until it is received. Inspection and acceptance
shall be at destination by FPI. The government reserves the right to
have material tested in a government certified laboratory if it is
deemed necessary by the Contracting Officer, and in case of dispute,
the findings of the bureau of standards will be final. The contractor
will be held liable for any losses sustained by the government which
fail to meet requirements when tested in a government laboratory.
Delivery, inspection and acceptance will occur at the FOB Destination
point: Federal Correctional Institution, Waseca, MN and Jesup, GA.
Delivery is no later than 30 days after the receipt of each delivery
order. The Contracting Officers Technical Representatives (COTR's) are
as follows: FCI, Waseca, MN is Terry Skutevik and FCI, Jesup, GA is
Charles Young. FAR provision at 52.212- 1, Instructions to
Offerors-Commercial, applies to this acquisition. The provision at
52.212-2, Evaluation-Commercial Items (Evaluation of Past Performance,
Specification and Price. Technical and past performance, when combined
are significantly more important than cost or price. The award will be
based on Best Value); Offerors are required to provide a list of their
most recent government/commerical contracts for similar items to
include contract #, point of contact and telephone number, etc.
Offerors are advised to include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications-Commercial Items,
with its offer. The clause at 52.211-16, Variation in Quantity;
52.215-5, Facsimile Proposals; 52.216-21 Requirements; 52.217-9, Option
to extend the term of the Contract; 52.219-6, Notice of Total Small
Business Set-A-Side; 52.232-34, Mandatory Information for Electron
Funds Transfer Payment; 52.212-4, Contract Terms and Conditions --
Commercial Item applies to this acquisition; 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items, applies to this acquisition. Offerors shall submit a
signed and dated offer to UNICOR, Federal Prison Industries (FPI),
Attn: Bid Custodian, at the address listed below or via facsimile (202)
305-7363. Offers may be submitted on Standard Form (SF) 1449 or
letterhead stationary and shall indicate the solicitation number,
opening date and time, name, address, and telephone number of the
Offeror. Offerors must hold prices firm for not less than 30 days from
the Request For Proposal opening date. Offerors are advised to include
a completed copy of Provision 52.212-3, Bidder/Offerors Representations
and Certifications for Commercial Items, with your Proposal. Any
offeror that fails to furnish the required representations and
certifications, or which rejects or changes any terms and conditions,
may be rejected and excluded from consideration. A written notice of
award shall result in a binding contract without further action by
either party. The documents cited in this solicitation may be obtained
by written or faxed request to (202) 305-7363/5. Response time for
receipt of offers are due no later than Sept 7, 1998, 2:00 pm EST,
delivered to UNICOR, FPI, Material Management Branch, 400 First Street,
N.W., Washington, DC 20534. Contact Kyle A. Turner, Contracting Officer
at (202) 305-7327 for further information. Posted 08/19/98
(W-SN238914). (0231) Loren Data Corp. http://www.ld.com (SYN# 0408 19980821\83-0002.SOL)
83 - Textiles, Leathers, Furs, Apparels, Shoe Findings, Tents and Flag Index Page
|
|