|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1999 PSA#2363Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- PLUG SOL 1PI-R-1356-99 DUE 062199 POC F. Robert Ribail, (202)
305-7286 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-
1356-99 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
97-11. This solicitation and necessary forms may be obtained at
www.unicor.gov/procurement/electronics. Click on solicitation number
and adobe acrobat will download the package. Required forms are
available by clicking on "FORMS" link (i.e. ACH Form, 52.212-3 Reps and
Certs, FPI9999 -- Business Questionnaire, SF-1449 -- Commercial Order
Form). The Standard Industrial Classification is 5065, and the small
business size standard is 500 employees. UNICOR, Federal Prison
Industries, Inc. intends to enter into a, firm-fixed-price, supply
contract for the following commercial item: Electrical Plug, Drawing
13206355-10, Rev C, Unicor P/N CTR 18898, qty 620 ea, Drawing to be
provided upon fax request (202 305-7363/65 Attn: Robert Ribail) All
parties interested in submitting a proposal must state the manufacturer
as well as the manufacturer's part number of item being offered. The
telephone contact for this acquisition is F. Robert Ribail, Contracting
Officer at 202-305-7286. Delivery shall be FOB Destination to UNICOR,
Federal Prison Industries, Inc., 1101 John A. Denie Road, Memphis, TN
38134-7690 Required delivery is 120 days or sooner after receipt of
orders. 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, OMB 9000-0136, expires 9/30/01. 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. In addition, the following are applicable:,
FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER
PAYMENT, prior to award, contractor must fill out ACH Vendor form. FAR
52.204-6 CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL NUMBERING
SYSTEM (DUNS) NUMBER, NUMBER.FAR 52.211-1 AVAILABILITY OF
SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, if
applicable, STANDARDS AND COMMERCIAL ITEM DESCRIPTION, FAR 52.211-2
AVAILABILITY OF SPECIFICATION LISTED IN THE DOD INDEX OF SPECIFICATIONS
AND STANDARDS (DODISS), if applicable, FAR 52.211-16 VARIATION IN
QUANTITY, +2% increase, 0% decrease, FAR 52.217-6 OPTION TO INCREASE
QUANTITY, for purposes of this clause, government can exercise option
30 days before final shipment. The contracting officer technical
representative for this procurement will be Kevin Rodgers. 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 F.
Robert Ribail, Contracting Officer, FX 202-305-7363/7365. Proposals may
be submitted on the Standard Form 1449. The due date and time for
receipt of proposals is 2:00 p.m. Eastern Standard Time on June 21,
1999 . 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). 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 a contract resulting from this solicitation to a
responsible offeror whose proposal conforms to the solicitation and is
considered most advantageous to the Government. Price shall be
evaluated by multiplying each offeror's proposed unit price by the
quantity required taking into consideration any applicable Buy American
differentials. Discounts for early payment, if offered, will not be
considered in the evaluation for award. Award will be made on the basis
of low overall price that meets the technical requirements. 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 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 9.*****
Posted 06/07/99 (W-SN339919). (0158) Loren Data Corp. http://www.ld.com (SYN# 0338 19990609\59-0013.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|