|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1999 PSA#2460Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material
Mgt Branch, Washington, DC 20534-0001 59 -- CONNECTOR SOL 1PI-R-1471-00 DUE 110899 POC 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-1471-00 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
97-13. 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 supply contract for the
following commercial item: Connector, NSN 5935-00-134-1306, Drawing
SM-B-933861, Unicor P/N CTR3799. Drawing to be provided upon fax
request. Please fax your request to F. Robert Ribail, (202)
305-7363/65. Parties interested in submitting a proposal must state the
manufacturer as well as the manufacturer's part number of item being
offering. The telephone contact for this acquisition is F. Robert
Ribail, Contracting Officer at 202-305-7286. The minimum quantity that
the Government guarantees to purchase over five (5) years is 14,000
each and the estimated maximum quantity that the Government may
purchase over five (5) years is 30,000 each. In accordance with FAR
52.216-19 ORDER LIMITATIONS, the minimum order limitation is 5,000 each
. When the Government requires this part in a quantity of less than
5000 each, the Governmentwill not be obliged to purchase, nor will the
contractor be obliged to furnish this part under the contract. The
maximum order limitation is 14,000 each. The contractor will not be
obliged to honor any order for this part in a quantity of more than
14,000 each . Also the contractor will not be obliged to honor a series
of orders for this part from the same ordering office within 7 days
that together call for quantities exceeding 14,000. 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 45 days beyond the
contract expiration date. Delivery shall be FOB Destination to UNICOR,
Federal Prison Industries, Inc., 1100 River Road, Hopewell, VA 23860.
Required delivery is required 45 days after receipt of delivery order.
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 211-16 VARIATION IN QUANTITY, For
purposes of this clause the following applies: +2%/ -- 0%, under
shipments are not authorized. 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:
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. FAR 52.217-6 OPTION TO INCREASE
QUANTITY. FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 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, the Contracting Officer Technical Representative
(COTR) for this procurement will be Janice Batts (804) 733-7881, ext
432. 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
November 8, 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 will be 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 is received prior to award.. This is a 100% small
business set aside. 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 1 &
9.***** Posted 10/19/99 (W-SN392824). (0292) Loren Data Corp. http://www.ld.com (SYN# 0364 19991022\59-0018.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|