Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOLICITATION NOTICE

59 -- HEATSINK AND POWER SUPPLY

Notice Date
8/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Phoenix, 37940 N. 45th Ave., Dept. 1650 I-17 N., Exit 225, Pioneer Rd., Phoenix, AZ, 85086
 
ZIP Code
85086
 
Solicitation Number
PHCB0403-05
 
Response Due
8/17/2005
 
Archive Date
9/1/2005
 
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 PHCB0403-05 and this solicitation is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The North American Industry Classification System code is 334418. UNICOR, Federal Prison Industries, Inc., intends to enter into a five-year, firm-fixed-price, indefinite delivery indefinite quantity supply type contract for commercial items which can be found at http://www.unicor.gov/fpi_contracting/about_procurement/procure_electronics.cfm See Section B for SUPPLIES OR SERVICES AND PRICES/COSTS under SUPPLIES OR SERVICES for a description and not to exceed quantity. Guaranteed minimum for life of contract is 10,000 each for each line item. IAW 52.216-19, Delivery order minimum quantity is 100 each for each line item. Delivery order maximum quantity is 10,000 each for each line item. Required delivery shall be 120 days or sooner from receipt of each delivery order issued for these line items. Drawings shall be requested no later than August 5, 2005 by fax @ (623)465-5131 or e-mail kperreau@central.unicor.gov This is a DOA7 rated order. The following FAR clauses and provisions apply to this acquisition: 52.247-34 Destination, delivery shall be FOB destination to UNICOR - FCI Phoenix, 37940 North 45th Avenue, Phoenix, AZ 85086. The COTR is Keith Ferris, (623)465-9757 ext 181 52-211-14 Notice of Priority Rating for National Defense Use; 52-211-15 Defense Priority and Allocation Requirements; 52.211-16 Variation in Quantity of +0% percent increase or -0% percent decrease; 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation - Commercial Items, significant evaluation factors are past performance as than price. Past performance is significantly more important than price. Quality, delivery, and customer service will be evaluated under past performance based on records maintained at Phoenix, where applicable; 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 thereafter, or until the contract quantities are depleted; 52.216-19, Order Limitation FAR 52.216-19 (a) minimum delivery order of 100 each per line items; (b)(1) max delivery order for single item in excess of 10,000 each per line items; (b)(2) any order for a combination in excess of 10,000 each per line item, 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 10 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; 52.216-22, Indefinite Quantity - applies until 120 days after contract validity end date; 52.219-6, Notice of Total Small Business Set-Aside 52.232-18, Availability of Funds; 52.233-1, Disputes (Deviation) This contract is not subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613), as stated in Clause 52.212-4 . Disputes arising under or relating to this contract shall be resolved in accordance with clause FAR 52.233-1 Disputes (JUL 2002) (DEVIATION), which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. To view the full text clause FAR 52.233-1 Disputes (JUL 2002)(DEVIATION), go to www .unicor.gov select Business Opportunities, then select Deviation; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.246-1, Contractor Inspection Requirement; 52.247-34, F.O.B. Destination; With the original invoice, the vendor will furnish the original Certificate of Conformance that must be signed by the person who has certification authority with their title and position included. A copy of this Certificate of Conformance and the packing slip and invoice will accompany each shipment. The furnishing of the Certificate of Conformance will be a condition of acceptance at destination and payment will not be made until it is received. Inspection and acceptance will be by FPI. PLEASE PROVIDE THE REQUIRED INFORMATION BELOW OR YOU WILL NOT BE CONSIDERED FOR AWARD! PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, three Business Management Questionnaires with recent and relevant contracts for the same or similar items iaw FAR 52.212(b)(10), 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. Current representations and certifications are maintained @ orca.bpn.gov or if different certifications are to be considered for this solicitation, they are to be provided iaw FAR 52.212-3(j). Implementation of the Central Contractor Registration (CCR) was mandated and effective October 1, 2003. ALL contractors MUST register in the CCR prior to award and remain registered through final payment of the contract. For additional information and to register, go to www.ccr.gov. ALL contractors MUST register with the Contractor Performance System (CPS). This site will be used to input and store contractor performance. Go to website: http://cps.od.nih.gov. Click on hypertext Registration for Existing contractors listed under the column labeled Contractor Information. Read the information provided on the page and click the hypertext, https://cpscontractor.nih.gov/. This will put you at the login screen of the Contractor Performance System. On the right hand side of screen you will see the question, Registered to the NEW CPS yet? Click here to start 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, contact CPS support at cps-support-1@list.nih.gov or Jo Ann, Paulette, or Alex at (301)451-2771. IAW FAR 4.1201(a), Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102)(b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA. To make a change that affects only one solicitation, contractors are required to complete the appropriate sections of FAR 52.212- 3(j) or 52.204-8 whichever is included in the solicitation. Vendors shall submit signed and dated offers by facsimile to 623/465-5131 to the attention of Mitzi Adams, Contracting Officer. No delivered mail will be accepted at this time due to security precautions. Any of the express mail carriers will be accepted with delivery to: UNICOR, Federal Prison Industries, 37940 N 45th Avenue, Phoenix, Arizona 85086; 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 1103-0018 expires 07/31/07. The date and time for receipt of proposals is August 19, 2005 at 2:00 PM Pacific Standard Time. Offer must indicate Solicitation No. PHCB0403-05, 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, past performance information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions; therefore, the offerors initial offer should contain best pricing. Future requirements from a UNICOR factory may be added to the ensuing contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. Award(s) will be made based on best value to the Government with past performance significantly more important than price. 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 may not be considered. 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 www.eps.gov or UNICORs web site: http;//www.unicor.gov/fpi_contracting/about_procurement/forms/. 1st listed form and 3rd listed form are required. Questions regarding this requirement may be addressed in writing to Mitzi Adams at: PLEASE DO NOT CALL - ANY TECHNICAL REQUESTS SHOULD BE DIRECTED TO: kperreau@central.unicor.gov
 
Place of Performance
Address: FEDERAL PRISON INDUSTRIES, INC., 37940 N 45TH AVE, PHOENIX, ARIZONA
Zip Code: 85086
Country: USA
 
Record
SN00862244-W 20050806/050804211921 (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.