Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOLICITATION NOTICE

28 -- Reguglator/Engine-Generator

Notice Date
7/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
VC0081-04
 
Response Due
8/9/2004
 
Archive Date
8/24/2004
 
Point of Contact
Chyrel McPherson, Contracting Officer, Phone 202-305-7284, Fax 202-305-7365,
 
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 VC0081-04, 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 01-24. NOTICE: The North American Industry Classification System (NAICS) is 336322. 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, C, AMA-2004AS, 2920011808666, REGULATOR; SHAPE: ROUND; WOLTS: 28 VOLTS; AMP: 60 AMP; ITEM NAME: PARTS KIT/ENGINE REGULATOR; UNICOR PART NO: REG 2351; DESCRIPTION: REGULATOR; PART NO: AMA-2004AS, PRESTOLITE-INC; PROCUREMENT SPEC: AMA-2004AS. ESTIMATED QUANTITY IS 4,500 EACH. Line item 0002, N3135, REGULATOR, U/O-9968, 2920014832291, TECHNICAL CHARACTERISTICS: ITEM NAME: REGULATOR/ENGINE-GENERATOR; TERMINAL QUANTITY: 3; TERMINAL TYPE: CONNECTOR/RECEPTACLE WE INTERNAL CONTACTS; MOUNTING HOLE DIAMETER: 0.250 INCHES NOMINAL; MOUNTING STYLE: 3 FOUR HOLE TRAPEZOID LONGEST HORIZONTAL DISTANCE: 2.200 INCHES NOMINAL BETWEEN MOUNTING CENTER; SHORTEST HORIZONTAL DISTANCE: 0.720 INCHES NOMINAL BETWEEN MOUNTING CENTERS; SHOCK MOUNT:NOT PROVIDED; RADIO INTERFERENCE SHIELDING:NOT PROVIDED; OUTPUT VOLTAGE RATING IN VOLTS: 14.0 MINIMUM AND 28.00 MAXIMUM; SYSTEM VOLTAGE RATING: 14.0 SYSTEM GROUND POLARITY: NEGATIVE; VOLTAGE REGULATOR UNIT TYPE: TRANSISTOR VOLTAGE REGULATOR UNIT QUANTITY: 1; CIRCUIT CONTROL DEVICE TYPE: SWITCH CUT-IN VOLTAGE RATING: NOT RATED; CUTOUT VOLTAGE RATING: NOT RATED CUTOUT CURRENT RATING IN AMPS: NOT INCLUDED REVERSE CURRENT OVERLOAD: NOT INCLUDED CIRCUIT BREAKER; FIELD RELAY UNIT: NOT INCLUDED; TERMINAL ENCASEMENT: ENCASED; CONDUIT CONNECTION QUANTITY: 2; VERTICAL DISTANCE BETWEEN HOLE: 4.960 INCHES NOMINAL; TECHNICAL CHARACTERISTICS FOR REG2351; ESTIMATED QUANTITY 1,800 EACH. THE QUANTITIES SHOWN IN THIS REQUIREMENT ARE ESTIMATES ONLY AND NOT AN ORDER, AND DO NOT OBLIGATE THE GOVERNMENT. FUNDS WILL BE OBLIGATED BY EACH DELIVERY ORDER AND THE CONTRACT ITSELF. Required delivery will be thirty (30) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Correctional Institution, Federal Prison Industries, 100 Prison Road, Estill, SC 29918. 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) years 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 Estill, SC 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 Paul Howell. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, 100 Prison Road, Estill, SC 29918, (803) 625-4607. FAR Clause 52.216-21, Requirements 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 twenty (20) per delivery order and a maximum delivery order of one hundred-fifty (150) 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, must be included with your 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 (A)(B)(C)(E)(F)(G)(H)(I)(J)(K)(L)(M)(N) (O)(P)(Q)(R)(S)(T); FAR Clauses 52.233-1 Disputes (July 2002)(DEVIATION) 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 Subpart 4.11 Central Contractor Registration applies. FAR 52.52.212-1 Instructions to Offerors-Commercial Items (3)(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. FAR 52.204-7 Central Contractor Registration applies. 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 web page 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 solicitation to ATTN: Chyrel McPherson, Contracting Officer, RFQ Number VC0081-04, fax your offer to (202) 305-7365 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Tuesday, August 9, 2004, 2:00 p.m., Eastern Standard Time.
 
Record
SN00631063-W 20040729/040727211826 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.