Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

81 -- Paper

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
322121 —
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
SLV0004
 
Response Due
3/12/2004
 
Archive Date
3/27/2004
 
Point of Contact
Valerie Young, Contracting Officer, Phone 202-307-0671, Fax 202-305-7365,
 
E-Mail Address
vyoung@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 EP1923-03 and this solicitation is issued as a Request For Proposals (RFP). This Requirement is 100% set aside for small business. Small Business standard size is 500. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. The North American Industry Classification System code is 334310.UNICOR, Federal Prison Industries, intends to enter into a 5 year Requirements Type contract for the following commercial item: Line One - UNICOR part # SPK0011, Drawing, A3019077-1,5965013485870, LOUDSPEAKER. Drawings are attached to solicitation when downloaded from web page. Estimated Maximum Quantity is 80,000 each. Required delivery shall be 70 days or sooner from receipt of each delivery order. The following FAR clauses and provisions apply to this acquisition: 52.216-21, Requirements - applies until 70 days after contract validity end date 52.219-6 Notice of Total Small Business Set-Aside 52.247-34, Destination, delivery shall be FOB destination to Unicor Federal Prison Industries, Electronic Cable Factory, 3301 Leestown Road, Lexington, KY 40511-8799 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;52.225-1 Buy American Act-Balance of Payments program-Supplies 52.225-2 Buy American Act-Balance of Payments Program Certificate 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; 52.216-19 Order limitation FAR 52.216-19 (a) minimum delivery order 200 each; (b)(1) maximum delivery order for single item in excess of 6000 ea; (b)(2) any order for a combination in excess of 6000 ea; 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(s) are returned to the ordering office within seven calendar days after issuance with a written statement expressing the contractors intent not to ship; 52.211-16, Variation in Quantity of +0%/-0% 52.232-18, Availability of Funds; 52.211-14, Notice of Priority Rating for National Defense Use 52.211-15, Defense Priority and Allocation Requirements This is a DOA7 rated procurement Future requirements may be added to ensuing contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. 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 with recent and relevant contracts for the same and similar items iaw 52.212-1(b)(10) for past performance evaluation, a completed copy of FPI 1000K2 Subcontract Certification (large businesses only), 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) 307-1896 to the attention of Jacqueline Brown, Contracting Officer; by any available express mail service to the attention of Jacqueline Brown, 400 First Street, NW, 6th Floor, Washington, DC 20534; or by hand delivery to the same address. Due to security considerations, do not send offers via U.S mail. Offers should be submitted on the SF1449. OMB Clearance 9000-0136 expires 12/31/01. The date and time for receipt of proposals is January 24, 2003 at 2:00 PM Eastern Daylight Savings Time. Offer must indicate Solicitation No. EP1923-03, 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 acknowledgment of all amendments, if any. All offers that fail to furnish required representations and certifications or past performance information or reject the terms and conditions of the solicitation will be excluded from consideration. Award(s) will be based on whether the lowest priced of the offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. NO INCREMENTAL PRICING PLEASE. 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 will not be considered. Questions regarding this requirement may be addressed in writing to Jacqueline Brown, jbrown@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 are available on web site: www.eps.gov or www.unicor.gov/procurement/proelectron.htm See Note 1
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FPI-UNICOR/MMB/SLV0004/listing.html)
 
Place of Performance
Address: UNICOR Petersburg 1100 River Road Petersburg, VA
Zip Code: 23860
 
Record
SN00540715-F 20040311/040309225850 (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.