|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1999 PSA#2410Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- PIN-CONTACT SOL 1PI-R-1415-99 DUE 090999 POC F. Robert Ribail,
ph. (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- 1415-99 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
97-12. 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 five year, firm-fixed-price,
indefinite delivery, indefinite quantity type supply contract for the
following commercial item: Pin-Contact, Unicor P/N CNT6218, in
accordance with drawing RD-4-001037 Rev A. Sources wishing a copy of
drawing may request it in writing from Mitzi Adams at fax (602)
465-9556 (no telephone calls please). Drawing will be faxed to all
interested sources. Guaranteed minimum over five (5) years is 500,000
each. Maximum quantity the government may purchase over five (5) years
is 5,000,000. Funds under any resultant contract will be obligated by
individual delivery orders and not by the contract itself. Any
supplies to be furnished under this contract shall be ordered by
issuance of delivery orders. No partial deliveries authorized without
written approval of Terry Lutz, Factory Manager. All parties interested
in submitting a proposal must state the manufacturer as well as the
manufacturer's part number of the components they are offering. The
telephone contact for this acquisition is F. Robert Ribail, Contracting
Officer at 202-305-7286. In accordance with FAR 52.216-19 ORDER
LIMITATIONS, the minimum order limitation for each line item is 50,000
each. When the Government requires this item in a quantity of less
than 50,000, the Government will not be obliged to purchase, nor will
the contractor be obliged to furnish this part under the contract. The
maximum order limitation for this item is 500,000 each. The contractor
will not be obliged to honor any order for these items in a quantity of
more than 500,000 for this item. Also the contractor will not be
obliged to honor a series of orders for this part from the same
ordering office within 20 days that together call for quantities
exceeding 500,000 for this 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 five years thereafter. In accordance with FAR 52.216-22
INDEFINITE QUANTITY, the contractor shall not be obligated to make
deliveries under this contract after 60 days beyond the contract
expiration date. Delivery shall be FOB Destination to Federal Prison
Camp, Unicor, Warehouse, I-17N., Exit 225, Pioneer Road, Phoenix, AZ
85027-7058 . Required delivery is 60 days 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 203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT,
ALTERNATE I, FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS
TRANSFER PAYMENT, prior to award, contractor must submit ACH Vendor
form. FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL
NUMBERING SYSTEM (DUNS) 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 52.211-14 NOTICE OF PRIORITY
RATING FOR NATIONAL DEFENSE USE, FAR 52.211-15 DEFENSE PRIORITY AND
ALLOCATION REQUIREMENTS, Defense Priority and Allocation Requirements
will be determined with each delivery order. The contracting officer
technical representative for this procurement will be Charlie Dille.
Offerors may submit signed anddated 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. The due date
and time for receipt of proposals is 2:00 p.m. Eastern Standard Time
on September 9, 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 estimated maximum taking into
consideration any applicable Buy American differentials. Discounts for
early payment, if offered, will not be considered in the evaluation
for award. Award willbe made on the basis of best value, trade off
where price will be 50% and performance will be 50%. In regards to
performance evaluation, offerors must submit references of at least
three previously performed contracts on the FPI9999.999-9 Business
Management Questionnaire. References shall include, contract number,
dollar value, point of contact and telephone number. Failure to provide
performance information may disqualify contractor from further
consideration. 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 isreceived prior to award. Future requirements for
other similar components from the UNICOR factory in Phoenix, AZ 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. NO CALLS PLEASE. See Note 9.*****
Posted 08/12/99 (W-SN366786). (0224) Loren Data Corp. http://www.ld.com (SYN# 0361 19990816\59-0013.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|