Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1999 PSA#2457

Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material Mgt Branch, Washington, DC 20534-0001

59 -- ELECTRICAL PLUG AND CABLE SOL 1PI-R-1465-00 DUE 102899 POC Lisabeth L. Day, Contracting Officer (202) 305-7304 or FAX (202) 305-7363/7365 WEB: Click here to download a copy of the RFP, www.unicor.gov/procurement/electronics. E-MAIL: Click here to contact the contracting officer via, LDay@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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1PI-R-1465-00 and this solicitation is issued as a Request For Proposals; (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. This requirement is 100% small business set-aside. The standard industrial classification code is 5065 and small business size standard is 500. It is the intent of this solicitation to result in a three year firm fixed price indefinite delivery indefinite quantity supply type contract(s). The Governments requirements are as follows: Line item 0001, Plug, UNICOR P/N PLG0237 per DWG# 7334776, Reference Nexus P/N C,TPSJ101. Guaranteed minimum quantity of 2700 ea. with an estimated maximum quantity of 5400 ea. Line item 0002 cable, UNICOR P/N CBL2306 reference Astrocom P/N 58C12689-03 Rev F. Guaranteed minimum quantity of 2700 ea. with an estimated maximum quantity of 5400 ea. Delivery schedule is 60 days after receipt of each delivery order. Initial delivery of 2700 of each line items shall be 60 days from contract award. No delivery order will be issued for the initial quantities. Delivery shall be FOB destination with a ship to address of Federal Prison Camp, UNICOR Warehouse, I-17N, Exit 225, Pioneer Road Phoenix, AZ 85027-7058. The COTR shall be Steve Southall, telephone (623) 465-0043 extension 340. Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Clause 52.212-2, Evaluation-Commercial Items applies. Evaluation of offers will be based on 40% price and price related factors and 60% past performance. FPI9999.999-9, Business Management Questionnaire must be completed with a minimum of five references of contracts that are of similar size and complexity. Clause at 52-212-4, Contract Terms and Conditions-Commercial Items apply. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, applies, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I. FAR 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS) applies. FAR 52.219-6 Notice of Total Small Business Set-Aside applies. FAR 52.216-22 Indefinite Quantity applies. FAR 52.219-23, Notice of Price Evaluation Adjustment For Small Disadvantaged Business Concerns and FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting apply. 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 not certified. In order to receive this adjustment, a small disadvantaged business must submit certification from SBA with proposal. FAR 52.216-19, Order Limitation, applies with the minimum order limitations per delivery order of 500 ea. and a maximum not to exceed of 3000 ea. Contractor will not be obligated to honor a series of orders from the same ordering office, within a 15 day period that together call for quantities exceeding the maximum order limitations of this item. However, the contractor shall honor orders exceeding the maximum order limitation unless the order, or orders, is returned to the ordering office within seven calendar 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 be issued under the resulting contract from the date of award through three years thereafter. FAR 52.232-18 Availabilityof Funds applies. FAR 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration applies. FAR 52.211-14 Notice of Priority Rating for National Defense Use and 52.211-15 Defense Priority and Allocation Requirements applies with the rating of DOA1. FAR 52.211-2, Availability of Spec. applies. Listed in The DOD Index of Specs. applies. OMB Clearance 9000-0136 expires 9/30/01. Vendors shall submit signed and dated proposals to UNICOR, Federal Prison Industries, 320 First St., NW, 7th Fl. MMB, Washington, DC 20534, ATTN: Bid Custodian. If hand carried, sent Federal Express or UPS, send to 400 First St., NW, Washington, DC 20534. Proposals should be submitted on the SF1449. Proposal and certifications may also be sent by facsimile at (202) 305-7363/7365 to the attention of Lisabeth L. Day, Contracting Officer. The date and time for receipt of proposals is October 28, 1999 at 1:00 PM Eastern Standard time. Proposal must indicate solicitation No. 1PI-R-1465-00, time specified for receipt of offerors, name, address and telephone number of offeror, technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address, a completed copy of representations and certifications at FAR 52.212-3, and acknowledgment of all amendments, if any. All proposals that fail to furnish required representations and certifications or information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions with offerors, therefore, the offeror's initial proposal should contain offeror's best pricing. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Proposals or modifications to proposals received at the address specified for the receipt of proposals after the exact time specified may not be considered. Questions regarding requirement may be addressed in writing to Lisabeth Day. All forms necessary to submit a proposal as well as all clauses and provisions referenced in this announcement may be accessed at the following web site: http://www.gsa.gov/far/current. This cbd/synopsis and necessary forms are available on web site: http://www.unicor.gov/procurement/electronics. A completed ACH form must be on file prior to contract award. Drawings are available upon written request. See Note 1 and 9. Posted 10/15/99 (W-SN392085). (0288)

Loren Data Corp. http://www.ld.com (SYN# 0179 19991019\59-0001.SOL)


59 - Electrical and Electronic Equipment Components Index Page