Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1999 PSA#2410

Dept 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