|
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 -- CONNECTORS SOL 1PI-R-1422-99 DUE 090399 POC Barry M. Page,
Contracting Officer WEB: Click here to download a copy of this
solicitation, http://www.unicor.gov/procurement/electronics/index.html.
E-MAIL: Click here to contact the Contracting Officer via,
bpage@central.unicor.gov. 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. The solicitation number
is 1PI-R-1422-99, and this solicitation is issued as a Request for
Proposals (RFP). Future requirements from the UNICOR factory in
Lexington, KY as well as from other UNICOR factories for products in
MIL Class 24308 may be added to any contracts resulting from this
solicitation if the prices offered can be determined to be fair and
reasonable and the products fall within the scope of work of the
contract(s). The solicitation shall be obtained at
http://www.unicor.gov/procurement/ electronics/index.html. Click on the
solicitation number and adobe acrobat will download the package. All
required forms are available by clicking on the "Forms" link at the
bottom of this webpage. Offerors must submit the following forms: 1.)
ACH Vendor/Miscellaneous Payment Enrollment Form; 2.) FPI9999.999-9 --
Business Management Questionnaire; 3.) SF1449 --
Solicitation/Contract/Order for Commercial Items; 4.) 52.212-3 Offeror
Representations and Certifications -- Commercial Items. Any proposals
that reject the terms and conditions of this announcement or do not
include all of the required forms may be excluded from consideration.
The solicitation document and incorporated clauses and provisions are
those in effect through Federal Acquisition Circular 97-12. UNICOR,
Federal Prison Industries, Inc. intends to enter into a five-year,
requirements contract or contracts for the following connectors within
MIL Class 24308: Line Item 0001 -- Connector, Military Part No:
M24308/1-4, Procurement Spec: MIL-C-24308/1F, UNICOR Part No. CTR7692,
NSN #5935-00-439-3747, estimated quantity: 5,000 each; Line Item 0002
-- Connector, Military Part No: M24308/1-2, Procurement Spec:
MIL-C-24308/1F, UNICOR Part No. CTR1110, NSN #5935-00-498-5785,
estimated quantity: 5,000 each; Line Item 0003 -- Connector, Military
Part No: M24308/2-3, Procurement Spec: MIL-C-24308/2N, UNICOR Part No.
CTR3425, NSN #5935-00-410-9250, estimated quantity: 5,000 each; Line
Item 0004 -- Connector, Military Part No: M24308/2-4, Procurement Spec:
MIL-C-24308/2N, UNICOR Part No. CTR3236, NSN #5935-00-976-5425,
estimated quantity: 5,000 each; Line Item 0005 -- Connector, Military
Part No: M24308/2-5, Procurement Spec: MIL-C-24308/2N, UNICOR Part No.
CTR5784, NSN #5935-00-489-1997, estimated quantity: 5,000 each; Line
Item 0006 -- Connector, Military Part No: M24308/2-1, Procurement Spec:
MIL-C-24308/2N, UNICOR Part No. CTR2327, NSN #5935-00-490-5219,
estimated quantity: 5,000 each; Line Item 0007 -- Connector, Military
Part No: M24308/4-3, Procurement Spec: MIL-C-24308/4K, UNICOR Part No.
CTR2101, NSN #5935-00-489-9999, estimated quantity: 5,000 each; Line
Item 0008 -- Connector, Military Part No: M24308/2-2, Procurement Spec:
MIL-C-24308/2N, UNICOR Part No. CTR3417, NSN #5935-00-490-5220,
estimated quantity: 5,000 each; Line Item 0009 -- Connector, Military
Part No: M24308/1-1, Procurement Spec: MIL-C-24308/1F, UNICOR Part No.
CTR3357, NSN #5935-00-465-4378, estimated quantity: 5,000 each; Line
Item 0010 -- Connector, Military Part No: M24308/4-1, Procurement Spec:
MIL-C-24308/4K, UNICOR Part No. CTR2196, NSN #5935-00-466-3394,
estimated quantity: 5,000 each; Line Item 0011 -- Connector, Military
Part No: M24308/4-5, Procurement Spec: MIL-C-24308/4K, UNICOR Part No.
CTR4495, NSN #5935-00-490-8389, estimated quantity: 5,000 each; Line
Item 0012 -- Connector, Military Part No: M24308/24-2, Procurement
Spec: MIL-C-24308/24C, UNICOR Part No. CTR9005, NSN #5935-01-061-9731,
estimated quantity: 5,000 each. In accordance with FAR 52.211-2
AVAILABILITY OF SPECIFICATIONS LISTED IN THE DOD INDEX OF
SPECIFICATIONS AND STANDARDS (DODISS), military specifications will be
available upon request. Such requests shall be faxed to the attention
of Barry Page, Contracting Officer at 202-305-7363/7365. In accordance
with FAR 52.209-1 QUALIFICATION REQUIREMENTS, each of these line items
has a Qualified Products List (QPL). Offerors must, therefore,
identify the manufacturer and the part number of each item offered in
Section B of this announcement. Funds will be obligated by individual
delivery orders and not by the contract(s). In accordance with FAR
52.216-19 ORDER LIMITATIONS, the minimum order limitation per line item
for which the Government will be obligated to purchase and a contractor
will be obligated to accept is 30 each. The maximum order limitation
per delivery order for each line item is 500 each. A contractor will
not be obliged to honor any orders that exceed the maximum order
limitation. Also a contractor will not be obliged to honor a series of
orders for any of these items from the same ordering office within 20
days that together call for quantities exceeding the maximum order
limitation of 500 each for any individual line item. However, a
contractor shall honor orders exceeding the maximum order limitation
unless the order (or orders) is returned to the ordering office within
seven days after issuance with a written statement expressing the
intent not to ship and the reason. In accordance with FAR 52.216-18
ORDERING, orders may be issued under a resulting contract from the date
of award through five years thereafter. In accordance with FAR
52.216-21, REQUIREMENTS, a contractor shall not be obligated to make
deliveries under a contract after 90 days beyond the contract
expiration date. Required delivery of all orders is 90 days after
contractor receipt of each order and will be FOB Destination to UNICOR,
Federal Prison Industries, Inc., 3301 Leestown Road, Lexington, KY
40511-8799. This procurement action is not set aside for small business
concerns. The Standard Industrial Classification (SIC) code for this
acquisition is 3678 and the small business size standard is 500
employees. The telephone contact for this acquisition is Barry Page,
Contracting Officer at 202-305-3887. Office of Management and Budget
(OMB) No. 9000-0136 which expires September 30, 2001 applies to this
solicitation under the Paperwork Reduction Act. The following clauses
also apply to this solicitation: FAR 52.212-1 INSTRUCTIONS TO OFFERORS
-- COMMERCIAL ITEMS, FAR 52.212-4 CONTRACT TERMS AND CONDITIONS --
COMMERCIAL ITEMS, FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED
TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS, FAR
52.203-6 RESTRICTIONS OF SUBCONTRACTOR SALES TO THE GOVERNMENT with its
Alternate I, FAR 52.219-23 NOTICE OF PRICE EVALUATION ADJUSTMENT FOR
SMALL DISADVANTAGED BUSINESS CONCERNS, FAR 52.219-25 SMALL
DISADVANTAGED BUSINESS PARTICIPATION PROGRAM DISADVANTAGED STATUS AND
REPORTING, FAR 52.232-18 AVAILABILITY OF FUNDS, FAR 52.232-33 PAYMENT
BY ELECTRONIC FUNDS TRANSFER -- CENTRAL CONTRACTOR REGISTRATION and FAR
52.204-6 CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL NUMBERING
SYSTEM (DUNS) NUMBER. The Contracting Officer will evaluate offers from
small disadvantaged businesses certified by the Small Business
Administration (SBA) by adding a factor of 10% to all other offers
received from other business concerns. To receive this price evaluation
adjustment, a small disadvantaged business must submit certification
from the SBA of this status. 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. The due date and time for receipt of proposals is
2:00 p.m. Eastern Standard Time on September 3, 1999. 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). 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. In
accordance with FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS,
evaluation of offers will be based 50% on past performance and 50% on
price. Discounts for early payment, if offered, will not be considered
in the price evaluation. In order for the Government to evaluate past
performance, each offeror must submit references of at least five
previously performed contracts on the FPI9999.999-9 Business Management
Questionnaire. Each reference must contain the name, address and
telephone number of the company or Government agency for which the
contract was performed as well as a contact person from that company or
agency and the contract number if applicable. 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. See Notes 9 and 23. NO CALLS PLEASE.
Posted 08/12/99 (W-SN367216). (0224) Loren Data Corp. http://www.ld.com (SYN# 0368 19990816\59-0020.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|