Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2005 FBO #1151
SOLICITATION NOTICE

J -- J-Engines, Generators, and Alternators Repairs

Notice Date
1/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
VC0089-05
 
Response Due
2/3/2005
 
Archive Date
2/18/2005
 
Small Business Set-Aside
Total Small Business
 
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; quote being requested. Solicitation Number for this quote is VC0089-05, 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 01-27. NOTICE: The North American Industry Classification System (NAICS) is 811111 and is set aside for small businesses. UNICOR, Federal Prison Industries, Inc., intends to enter into a five (5) year firm-fixed price requirements type contract for the servicing /rebuilding of miscellaneous starters, generators and alternators. Please refer to the solicitation for individual line item description of products with the estimated maximum quantity for each line item. All parts/materials used may be either OEM or equivalent. All orders must be accompanied by a certificate of conformance and a stated warranty with no less than a period of ten (10) days after use of delivered serviced part under the contract. The Contractor must warrant that the serviced parts will meet the same performance level as a manufacturer?s part. If the contractor is notified of any breach of warranty by written notice mailed or otherwise furnished to the contractor within 90 days after use of the serviced part(s), the government, at its option, may (1) reject the serviced part(s) and require refund of purchase price or (2) require the contractor at its expense, to repair or replace the part(s) serviced or (3) retain the part(s) serviced and require an equitable adjustment in the price paid. This warranty is in addition to any other rights afforded the government under this contract or otherwise provided by law, and shall not be affected by other clauses concerning the conclusiveness and acceptance. Usage and type may vary based on UNICOR?s customers requirements and demands. The overall requirement will be re-condition these parts and test to meet O.E.M. specifications. A certificate of conformance shall accompany each item. Cores will be furnished to UNICOR. Vendor, upon notification, will pick up cores from the Federal Correctional Institution, UNICOR, FEDERAL PRISON INDUSTRIES, Beaumont Vehicular Factory, 5980 Knauth Road, Beaumont, TX 77720-6025 for rebuild the same day if notified of a pick-up before 12:00 p.m. or by 12:00 p.m. the following business day if notified after 12:00 p.m. Delivery or finished service/rebuild shall be ten (10) days after receipt of core(s). Contractor shall provide a representative on-site within 24 hours after contact to rectify any and all discrepancies. Contractor must notify UNICOR, Beaumont Contract Specialist of any increase in price due to damaged or worn parts before work is done. Pick-up and delivery of core(s) shall be at the contractors expense. Additional starters, generators and alternators may be added to contract if found to be within the scope of the contract and price is determined fair and reasonable. 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 ten (10) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Correctional Institution, Federal Prison Industries, Beaumont Vehicular Factory, 5980 Knauth Road, Beaumont, TX 77720-6025. 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 five (5) 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 Beaumont, 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 Paul Howell. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, 5980 Knauth Road, Beaumont, TX 77705, (409) 727-8172. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under this contract ten (10) calendar days after the expiration of this contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity of one (1) per delivery order and a maximum delivery order of five (5) 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 52.204-8 Annual Representations and Certifications 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. Also, All Contractors MUST be registered in the Contractor Performance System (CPS). To register go to http://cps.od.nih.gov click on the hypertext ?Registration for Existing Contracts? listed under the column labeled ?Contractor Information,? read the information provided on the page and click the hypertext http://cpscontractor.nih.gov/, this will put you on the Login screen of the Contractor Performance System (CPS). On the right hand side of the screen you will see a question ?Registered to the New CPS yet?? Click here to start the process under the word ?BULLETINS.? Click the word ?here? which is in hypertext format. Enter the required information to register. If you have any questions you can contact CPS Support by E-Mail (cps-support-I@list.nih.gov) or call Jo Ann, Paulette or Alex on (301) 451-2771. 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 VC0089-05, fax your offer to (202) 305-7363 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Thursday, February 3, 2005, 2:00 p.m., Eastern Standard Time. See Note Number 1.
 
Record
SN00736057-W 20050120/050118211638 (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.