Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
SOLICITATION NOTICE

25 -- Stainless Steel Transit Seats

Notice Date
9/3/2002
 
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
VC0040-02
 
Point of Contact
Chyrel McPherson, Contracting Officer, Phone 202-305-7284, Fax 202-305-7363,
 
E-Mail Address
cmcphers@central.unicor.gov
 
Description
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 being requested. Solicitation Number for this proposal is VC0040-02, this solicitation is issued as a Request for Quote (RFQ). This RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 01-09. NOTICE: The North American Industry Classification System (NAICS) is 33636. This acquisition is unrestricted. UNICOR, Federal Prison Industries, Inc., intends to enter into a three (3) year firm-fixed price requirements type contract for the following items: Line item 0001, AHW2598, Left/ Hand, Stainless Steel, Pass Seat Transit Seat, Left Hand. Seat Units shall be 34 inches as a two passenger unit. The vehicle mount shall be of the stainless steel T-Pedestal configuration. The padded inserts shall be made of polyurethane and covered with (Red) in color fabric. The construction of this unit shall be made of stainless steel that is resistant to vandalism, scrapes, scratched, stains and graffiti. The unit shall also meet meet all federal structural, smoke and flammability standards. Estimated quantity 242 each. Line Item 0002, AUT0099, Right/Hand Stainless Steel Pass Seat, Transit Seat. The unit shall be 34 inches wide as a two passager unit. The vehicle mount shall be of the stainless steel T-Pedestal configuration. The padded inserts shall be made of polyurethane and covered with (Red) in color fabric. The construction of this unit shall be made of stainless steel that is resistant to vandalism, scrapes, scratches, stains and graffiti. The unit shall also meet all federal structural, smoke and flammability standards. The estimated quantity 220 each. Required delivery will be sixty (60) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Prison Industries, Federal Correctional Institution, 8 Miles West Hwy 72, Three Rivers, TX 78071. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. In accordance with 52.211-16, Variation In Quantity, Variations per delivery order is plus/minus Zero (0) percent. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through three (3) year thereafter. The contractor will only deliver the items that have been designated by a delivery order. Items shipped without a delivery order will be returned at the contractor?s expense. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI Three Rivers, TX and Central Office, Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 11:00 a.m. and 1:00 p.m. to 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for this contract will be David Gnuschke, Factory Foreman. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, P.O. Box 4100, Three Rivers, TX 78071, (361) 786-3576. FAR Clause 52.216-21, Requirements, applies, contractor shall not be required to make deliveries under this contract twenty-one (21) calendar days after the expiration of this contract. FAR Clause 52.216-19, Order Limitation,delivery order limitations are a minimum quantity of eleven (11) for AHW2598 and ten (10) each for AUT0099 per delivery order and a maximum delivery order of thirty-three (33) each for AHW2598 and thirty (30) each for AUT0099 per delivery order. The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their proposal prices firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors that fail to furnish the required representations and certifications or reject the terms and conditions of the solicitation may be excluded from consideration. The following clauses also apply to this solicitation: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate offers: Past Performance 50%; price and technical when combined are equal to 50%. The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. Offerors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are similar in scope to the requirement being evaluated. (List at least three (3) and no more than five (5) contracts for evaluation. References provided shall be for contracts performed within the past three (3) to five (5) years. All references provided may or may not be used in the evaluation of the contractor?s performance. 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. FAR 52.204-6 Data Universal Numbering System (DUNS) Number applies. FAR Clause 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our webpage http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. FAR 52.232-18, Availability of Funds applies. If offer is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitaion to ATTN: Chyrel McPherson, Contracting Officer, RFQ Number VC0040-02, fax your offer to (202) 305-7356 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Wednesdsay, September 17, 2002, 2:00 p.m., Eastern Standard Time.
 
Record
SN00156370-W 20020905/020903213150 (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.