Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
SOLICITATION NOTICE

61 -- Electrical Panels

Notice Date
2/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
EP1820-02
 
Response Due
3/12/2002
 
Archive Date
3/27/2002
 
Point of Contact
James Sprandel, Contracting Officer, Phone 202-305-7290, Fax 202-305-7355,
 
E-Mail Address
jsprandel@central.unicor.gov
 
Description
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; offers are being requested and a written solicitation will not be issued. The solicitation number is EP1820-02 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 2001-04. The North American Industry Classification System code is 335313 and small business size standard is 500. UNICOR, Federal Prison Industries, Inc., intends to enter into a five-year, firm-fixed-price, requirements type supply contract for the following commercial items: Item 0001 ? Electrical panel, UNICOR P/N PNL0448, only California Electric P/N 15XKPRL1FA is acceptable, 15-KW-Panel, special chassis design, factory mounted fungus proofed feeder breakers, not to exceed maximum quantity: 1000 each. Item 0002 ? Electrical panel, UNICOR P/N PNL0450, only California Electric P/N 30XKWRL1FA is acceptable, 30-KW-Panel, special chassis design, factory mounted fungus proofed feeder breakers, not to exceed maximum quantity: 1000 each. Item 0003 ? Electrical panel, UNICOR P/N PNL0451, only California Electric P/N 100XKPRL1FA is acceptable, 100KW-Panel, special chassis design, factory mounted fungus proofed feeder breakers, not to exceed maximum quantity: 1000 each. Required delivery shall be 90 days or sooner from receipt of each delivery order issued. The following FAR clauses and provisions apply to this acquisition: 52.247-34 Destination, delivery shall be FOB destination to Federal Prison Industries, UNICOR Electronics, 3901 Klein Blvd, Lompoc, CA 93436, the COTR is Dwayne Evans telephone (805) 735-6210; 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation - Commercial Items, significant evaluation factors are past performance and price, past performance is significantly more important than cost or price. Quality, delivery, and customer service will be evaluated under past performance; 52.212-3, Offeror Representations and Certifications - Commercial Items ? this document must be completed and provided with offer; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.216-18 Ordering, orders may be issued under the resulting contract from the date of award through five (5) years thereafter; 52.216-19, Order Limitation applies with (a) minimum order of 1 each; (b)(1) max order for a single item in excess of 100 each; and (b)(2) any order for a combination in excess 300 each contractor will not be obligated to honor. 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. However, the contractor shall honor orders exceeding the maximum order limitations 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; 52.216-21 Requirements - applies until 90 days after contract validity end date; 52.211-16 Variation in Quantity with 0 percent increase or 0 percent decrease; 52.232-18 Availability of Funds; and 52-211-14 Notice of Priority Rating for National Defense Use and 52-211-15 Defense Priority and Allocation Requirements items under this contract are DO rated. PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, most current representations and certifications for commercial items, three Business Management Questionnaires of contracts that are of similar size and complexity, a completed copy of FPI 1000K2 Subcontract Certification, and an ACH form. A completed ACH form must be on file prior to contract award. Vendors shall submit signed and dated offers: by facsimile to (202) 305-7355 to the attention of James D. Sprandel, Contracting Officer; by any available express mail service to the attention of James D. Sprandel, 400 First Street, NW, 6th Floor, Washington, DC 20534; or by hand delivery to the same address. Offers should be submitted on the SF1449. OMB Clearance 9000-0136 expires 12/31/01. The date and time for receipt of proposals is Tuesday, March 12, 2002 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. EP1820-02, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Offer must include a completed copy of representations and certifications at FAR 52.212-3, and acknowledgement of all amendments, if any. All offers 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 - therefore, the offerors initial offer should contain offeror?s best pricing. Award(s) will be based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. 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. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Questions regarding this requirement may be addressed in writing to James D. Sprandel, jsprandel@central.unicor.gov. All FAR forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.arnet.gov/far. This combined synopsis/solicitation and necessary forms to submit with offeror?s proposal are available on web site: http://www.eps.gov or http://www.unicor.gov/procurement/proelectron.htm. See numbered notes 9 and 22.
 
Place of Performance
Address: Federal Prison Industries, UNICOR Electronics, 3901 Klein Blvd, Lompoc, CA
Zip Code: 93436
Country: USA
 
Record
SN00033825-W 20020302/020301082615 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.