Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SOLICITATION NOTICE

25 -- Wheelchair Lift Installation

Notice Date
7/10/2003
 
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
VC0066-03
 
Response Due
7/24/2003
 
Archive Date
8/8/2003
 
Point of Contact
Chyrel McPherson, Contracting Officer, Phone 202-305-7284, Fax 202-305-7356,
 
E-Mail Address
cmcphers@central.unicor.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commerical 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; quotes being requested. A copy of this solicitation can be downloaded from our web page at http://www.unicor.gov/procurement/provehic.htm. Solicitation Number for this quote is VC0066-03, this solicitation is issued as a Quotation (Quote). This quote document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 01-14. This requirement is 100% set-aside for small businesses and the size status is 500 employees. The North American Industry Classification System (NAICS) is 421450. UNICOR, Federal Prison Industries, Inc., intends to enter into a three (3) year firm-fixed price Indefinite Quantity type contract with minimum guarantee of 5 each and an estimated maximum of 50 each of: line item 0001, AHW0783, Braun-L955 Automatic Wheelchair Lift. The installation of the Braun L955 Wheelchair Lift is to include hand rails, side entry feature and hand held control. The Lift is to be installed in the rear of the van or on the side of the shuttle bus. The lift is to be installed in the rear of any van requiring modification for orthopedically handicapped persons. UNICOR will be responsible for any modifications required to the rear bumper of the van before installation and bumper realignment will be performed at the UNICOR factory. The Lift is to be installed on the passenger side of any shuttle bus reuiring modification for orthopedically hanicapped persons. The guarantee minimum of 10 each and the estimated maximum of 100 each of line item 0002, LOX0034, Lock-Resistraint System. The Ez Lock wheelchair restraint system is for securing an occupied wheelchair in a moving vehicle. The installation process consists of installing two BL-6290 EX Lock Wheelchair restraint systems with lap and shoulder restraints per vehicle. The EZ restraint system includes the following safety features: (1) sturdy all steel construction. (2) Visual and audible alarms. (3) Dependable solid state electronics. (4) Ignition inhibited release circuit. (5) Emergency manual release. UNICOR Three Rivers, TX will be responsible for the delivery and retrieval of the vans. Because of transportation limitations of transporting the vehicles to and from the vendor, the contractor must be within a 150 mile radius of the Federal Correctional Institution, Three Rivers, TX. Required delivery will be thirty (30) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Prison Industries, Federal Correctional Institution, Highway 72 West, 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 FAR 52.211-16, Variation In Quantity, Variations per delivery order is plus/minus zero (0) percent. The contractor will only deliver the items that have been designated by a delivery order. 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 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. FAR provision 52.246-15 Certificate of Conformance is included. JAR 2852.270-70 Contracting Officer?s Technical Representative applies. The COTR for this contract will be David Gnuschke. 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 52.216-18, Ordering, applies, contractor shall not be required to make deliveries under this contract thirty (30) calendar days after the expiration of this contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity of AHW0783 1 each and LOX0037 2 each per line item per delivery order and a maximum delivery order of AHW083 5 each and LOX0034 10 each per delivery order. FAR Clause 52.216-22 Indefinite Quantity applies. FAR Clause 52.217-2, Cancellation Under Multi-year Contracts is incorporated. 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-Commerical Items, applies to this acquisition. FAR provision 52.212-3, Offeror Representations and Certifications-Commerical 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-Commerical Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commerical 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-Commerical. The following factors shall be used to evaluate offers: Past Performance, price and technical when combined are equal. 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 at http://www.unicor.gov/procurement/proforms.htm. FAR Clause 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, Quote Number VC0066-03, Federal Prison Industries, 320 First St., NW, 7th Floor-Fleet/Vehicular Group, Washington, DC 20534 or fax your offer to (202) 305-7356 in accordance to FAR 52.215-5, Facsimile Proposal. All offers must be receipted on or before Thursday, July 24, 2003, 2:00 p.m., Eastern Standard Time. See Note Number 1.
 
Record
SN00368434-W 20030712/030710213459 (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.