ML20126J562

From kanterella
Jump to navigation Jump to search
Amend of Solicitation,Offer & Award of Partitions, Changing Spec Requirements
ML20126J562
Person / Time
Issue date: 04/14/1981
From: Lebo C
NRC OFFICE OF ADMINISTRATION (ADM)
To:
Shared Package
ML20126J552 List:
References
CON-NRC-10-81-394 NUDOCS 8105010016
Download: ML20126J562 (23)


Text

. _.

4, wkD AORM 30. JULY 1966 MGt !

O' dtNEA AL $RVICf 3 ADMINI$f2A?lON AMENDMENT OF SOLICITA1 CN/MCDIFICATION OF CONTRACT 1

1, PtD. P20C. #t0. ( A l C"Al I.l e.101 3

l. AMENOMtNf/MOOfflCATION NO.
2. tiPECfive DATE
3. AtOUISif M/PURCHA$t AtOU85T NO.

A. PROJECT NO. (t/ appt,taa/as One (1)-

3/26/81

$. I$$bt0 eV CODE

6. ADMINISf?ftD BY (1/ osi,cc shes / desk 3)

CODf. l U.S. Nuclear Regulatory Commission Division of Contracts Washington, DC 20555

' Ci"f^,c,'oa,,,,,,

cuo* I i

aCiurr Cove )

@#Ar'"o'N TO IFB-RS-ADM-81-394 p

q 3/5/81

^"

< s,,~,. s,..

TO ALL BIDDERS-(e,#ft, grate, MOOlF1 CATION 09 and /IP OCO~raAC1'Oota~C.

Code,

DAltD (See blak IIJ

, TMi$ OLOCK APPut$ OPr.7 TO AMENOMtNI$ OP $OUCITATION$

h The.b. e numb.r.d s.l.si a es omen.ed.s se, f.,,h in blod 12.

The hou,.nd do,e speo6ed,,ece,p, of O#e.s is es, ended. O is n.: essended.

- OMe,.,i mun,.da ledge rece.p.,,h.s...adenen, p,,,,,he hov,.ad d.,e i. wined e se i.bo,.h.n..,.i.meaded, by one of,he f.it

.ng me h.dn.

~

l.) By s gn.nq.ad.,ven,eg

.. es.6,hes omendmea,; (b) Sr.chn widdging,e< esp,.I.his.mendmea, on e.d copy of,he e#e, tubai,,eds., (c) S r see.,... lene,.,,eleg,.m wh ch,acivdes. tele,ence

,he s.l.co..h.a.ad.mendmen, numbe,s. FAILutt 07 YOUR ACKNOWLiflotMENT TO 80 ttClivtD AT TMt I$$UtNG OPPICE PRIO2 TO YHf HOUR ANO DAf f $P8Cifit0 MAY RESULT iN RtJECflON Of Yout Offit. le by.i, hee of,his.mendmea, you dese,e. ch.nge.a.*e, of,e.dy Subms,,ed, toch Ch.nge moy be m..e by,el.g,.m

., i e,,m.,,.. a..

,e.e.,.m., ie,,e, m..e.,e e e-o

.e s,.

. d....

dme.. d,,.

...ed,,..,,. me. e..,. d d e.

.n*#

10. ACCOUNTING AND APPROPa ATION DATA (/[ r,ym,r,d)

N/A

11. TM,5 BLOCK APPUE$ ONLY TO MODIFICAflON$ OF CONTRACTS /Otota$

i., O rh. Ch...e 0,d...... a..,,,

rhe Ch

...,,,,,,, w.a i 2 e mue

,,,e.b..e m e,w

,e.,de,.

m O rse.

.e

..be,e

,,,,, r.,,, mu.nu,.,en

.e um.,,..

.... o,.,,,0. i

.. o,......... e......,.... d. eN. i.e,

,,*,. b,.a i 2.

,,, O th., $..,i em...

A..eem.,,, i, e,,,e,w,,,,,........,,,y.,

i, mu.a

,h.....e. mbe,a.

...e. e.,,,,.. weh i s.

12. Ot$CRIPflON 08 AMENOMENT/MOOlflCAflON The purpose of this amendment is to make changes in the specificiations requirements under the subject Invitation For Bid.

Under Article II - Description / Specifications, Paragraph 5, make the following change:

Delete the following:

na Partitions must be compatable and interchangeable with partitions presently in use to allow flexibility to utilize Interhinge hinging and connecting system. The following are characteristics, with respect to hinging, of the partitions presently in use.

Insert the following:

The Government desires that the partitions be compatable and interchangeable with partitions presently in use to allow flexibility to utilize Interhinge hinging and connecting system. Failure to meet this particular requirement will have no impact on award. The following are characteristics, with respect to hinging, of the partitions presently in use:

E.

.. da he........ d.. h.

.. he do..me

,0,,,e~ed.. bio...... he,e,.

ed.,em.m. 4

.d

.... e..d e.

O 15"$1'N,%$ JCuMWT 8 co"'a^c'oa'o"'aca '$ a'ouo ro s'o~ 'M's oocu-'~' A~a a"u[~ l cop'E$ to '$$u ~o o'"c' I

l.

DeAuf O JTRA

/OF t 17 UNITED $f Aft $ OF AME RIC p

\\

e.,,dr.

,..ed,....

--w.

.f ev-iv.

(

g isv,so p Co,,,,en, o,c,

g

15.,eAME ANO fifLt OP $10NER ( Type or pers,J 16 OAff $10NtQ
18. NAME OF CQNTR ACTINOJOPPICER I f ire er pr,er>
19. DA ff SIGNtD Peter D. Stanbridge n-Sales Manager 4/2/81 Craig D. Lebo

,p 7 f' f/

/

81050.10 h

"" ~"~

1 C'

PART I SOUCITATION, OFFER AND AWARO ' "t a

1 I'

n

. c w u

,.e

- -~,.rio==.

iru

_au,o 1

IFB RS-ADM-81-394

[D,

[J, u.

3/5/81 RFPA No. ADM-81-394 u.o come i

.. con onen 1,.

U. S. Nuclear Regulatory Comission Division of Contracts Washington, D.C.

20555 Same as Block No. 7 i

w

.a r

u.-,

80 u ctTAfl008

  • 5.aa.a= = one (

,ta

,n.w...

.n

,0 ori ai na 1

=.y

'. '===s me m..n

.a v. s.n sw..a w r a==

.= e.= ==== s.r

,,. naam

. 7915 Eastern Avenue

.,,,,, 2 : 00 o. m.

4/6/81 if m= =.a w. e.w

..es.r. m w.Sil ver Spring. MD 20910 ru </

ro /

w, w. in.

c4urion-urt orrens.s r.ws.< awn, i

.we (Telegraphic responses are not Am n..

a, authorized)

1. The se.en i wi

.as c as

s. 23.A.

January 1978 w.a a

.u n.s..a wn awr.s.r 3, y

.,,,w

,, u n.,.,,,,,,,,.,,,,,,,,,,,,,,,

2. Th. c. er

.. se 22.

7/30/80

4. suma.

er

.w

-..emin

..as a

.,,,,,.w,,,

en w or.a

.w n.r my r.

,,.,,,,,,,,w.,,,,,.,,,.,w,,,,,,,,w,.,,,,,,

(A, u

6i son mionuAr/OnCCM.,. A res.n amm. marte.mJe.

Rona1d Co1eman(301) 427-4021 scusouta

,. u..

m,..

cw a,

,, ou m.

.. u r The address shown in Block #7 is for mailing of bids only. Handcarried bids should be addressed as indicated in Block #7, delivered to: Bid Opening Officer at Guard Desk at 7915 Eastern Ave., Silver Spring, MD 20910. No telegraphic bids accepted.

s.=

otran to.o 2 ano a mwr me ao ruur como e or arr.rars i come. ace.nn me.m in. asm.,a.s,. e m

.n.

n. o. w.. m.

w w.

.n,a m.

r. se.sefim.m

. to e en.in y or en nonY a an,cn.v. dWma v i

..,u we.w er tae.id. ort from ine a.s. e.r r e of ot#

c.

o v

,,w.a in.

wo...

er c

.r. of f.m ei en. oric..: ossosie. n i

i., os.Cou.ef 8oa o Y.am.mf,3

, y 44e 2

C.c^tsacaa ca"

  • a exa oaa ca's NET
  • c468*aa o*'s c^(taoaa cars it. oppEnon cooe I

(

.actu r, coo, I

.=o riros o a.o., au r oaims ro s.o= o, ia

- TECHNIQUES IN WOOD he'"te go *",,

Division of TIW Industries Inc.

D. Stanbridge PO Box 594 Sales Manager

. - * * =

=UN v..

- NG b8 N as e o

  • See below y

v AWAnO t To e. comoter.c or Governm.rsti 21 acCterf0 4. ro sr.M. D'?**.l.o 33 an.ou ?

23 accoumriaso a.so a *moneta rsom ca ra 1 through 4

$21,640.50 B&R No.: 42-20-31-706 Appropriation Symbol:

31 X0200.401

,. su...e -o.cu,..

j.,,

a g';r,7,

  • u s c =*"

.e.oe..u o.. toc.

a acuimers o.,

ei u s C sti.i.

e

"~~~~'s coos I at..m.=r wit 6 l wao..,U.S. Nuc ear Regulatory Commissivo ccoa{

Division of Accounting, Office of the Controller Washington, DC 20555

2. Na,68 o. CflNT.ac t.eQ o8HCta sfr

.r.nas

29. UNITED STATES Op AdEnlCA a awa.o cara

".s Craig D. Lebo es,en rure ci co or. crone on.c.es gpg,' 4 19g4' 4

.,aa.,,.....

l ss-isi si no,,asa.

i nev 2 PRINCIPAL PLACE OF PERFORMANCE:

'"*"*""'**^#"'*'"m i

n w

+w-n

,.ry--,

w-

,,-g--,---,-,

m n,wm,,m,

j a.

un j

i

-t n,

REPRESENTATIONS, CERTIFICATIONS AND ACKNOWLEDGMENT 5 RE PR ESENTATlONS ICheck or complete at/ auchcabie Domes or Diocks.)

The offv*or represents as part of his offer that.

1 1.

SMALL BuslNESS ISer var I4 on SF 22 A.)

j He 4 is. 2 is not. a smail business concern if offeror is a small business concern and is not the manufacturer of the supphes offer 6d.

1 he also represents tnat ni supphes to be furnisned hereunder C will, C well not, be menutecturered or produced by a small busmess concern m tne United States.s poswisions, or Puerto Rico.

I 2.

MINORITY BUSINESS EftTERPRISE I

He R is, C el not, a minority butmess enterprise. A mmority busmess enterprise es defined as a " business, at least 50 percent of which is owned by minority group members or,in case of publicly owned businesses, at least $1 percent of the stock of which is owned by mmority group members." For the purpose of this defmitson, minority group memtwrs are Negroes. Spanish speakmq American persons, American Ori6ntais. American indians. Arnerican Eskimos, and American Aleuts.

1 l

3.

REGULAR DEALEFs - MANUF ACTURE R /Apphcable only to suoply contracts encercing $10.000.)

j He is a 6 regular desser m E manufacturer of, the supphes offered.

l 4.

CONTINGENT FEE IServar.15 on SF 22 A A las He 2 hat. 2 has not, empioved or retamed any company or persons forher (non a /ust time riona //c.'e emo/ oven working so/ety /or the 01/ erne' fn tohCit or teCure this Contract. and (bl he 2 has, S has not, paid or ag(Wed to pay any company o' person r uther than e 4,//.

time cons /,cre erriosovre worasng so/ery /or trie o//prorf any fee, cornmission, percentage, or orokerage fee contmgent upon or retsulting from the award of this contract; and agrees to furnish mformation relating to (al and (b) above, as requested by the Contractmg Officer. /tarerpre-i tation of the representatron. ancisemg the terrn " bone / ode empacyee,"see Code o/ Federal Regulations. Title 41, Sucoart 1 1.5 )

5.

TYPE OF SUSINESS ORGANIZATION fe optr.ates As C 39 individual, C a partnership, C a nonprofit organisation, R a coronration, mcorporated under the laws of the State Diew York of 6.

AFFILIATION ANO IDENTIFYtNG D ATA (4pp/rcable only to eavertssed schettarsons /

Eacn of feror snais compiete tal and Ibi if apohcacie, and ic) betow:

. lat He "., is,2 is not, owned or contretied by a parent company, (See ver.16 on SF J2 Aa Ibs if tne offeror is owned or controlled by a parent company, he shall enter m the biocus below the name and mam office address of the parent company:

=aus 09 *ansur cousant amo wa'N Cr8'cs 40080*

  • en.ae D* eene.

u susess s ips= rie.cai,um =ve,esa seg aan U.oa s8 JJ 4s C88rmodsie 50

    • de 4 r cowest e $ a, =0 16-090-2380 7.

EQUAL OPPORTUNITY He E has C has not, participated m a previous contract or subcontract sublect either to the Ecual Opportunity clause nerem or (d) the clause originally contaened m section 301 of Esecutive Order No.10925, or the clause contamed m Section 20t of becutive Order No.

11114, that he 2 has. C has not, filed all required comphance reports; and that representations moscating submiss.on of required comphance reports. signed by proposed subcontractors, will be cbtamed prior to subcontract awarcs. (The above representation need not be suomitted m j

cont'ection witn contracts or subcontracts which are esempt from the ecual opportunity clause 1 tul The Didder for offeror) represents that (1) he $ has developed and has on file, C has not developert and does not neve on file, at eacn establisnment afbrmative action programs as required by the rules and regulations of tne Secretary of Labor (41 CFR 60 t and 60 21 or (2) he C ncs not previously had contracts sub ect to the written affirmative action programs requirement of the rules and regulations of the j

l Secretarv of Laoor. I The acove representation shall De comptreed oy rech Diccer for of/prort wnose ord to/ tert os S$0 000 or more anet who has

$U or more emotoytes )

CE RTIFICATIONE iCher or comotory an worocawe war,.sr mocuo 1.

BUY AMERICAN CERTIFICATE The offeror certifies as part of his offer, that-each end product, except the er9d products listed beiow, is a domestic end product tas oefened m the claine entitled " Buy American Act"), and that components of unknown origm have been considered to have been mmed, produced, or manuf actisted outside the United States.

4 schwOso sNo **CowC's Cowar#vCpom<ss 5tsanseo are,m 33 es,e 2 in g y 3.t ti 6

l t

o l

i

)

2 CLEAN Ain AND WATER (Acolocable of the bod or offer eJiceeos SIOC,000,or the contractmg officer has under an oncelinore quantity contract in any year writ onceed $100.000, or a facoloty to be used has been the subrect of a convoction l

under the Clean Air Act (42 U.S.C 1857c-8(c)(IHor the fecerol Water liollution Control Act (33 U.S.C 1319fc){

or as not otnerwrse enemot.)

The bidder or offeror certifies as follows; l

8rotection Agency List of Violating Facilities.tal Any facility to be utilised in the performance of this proposed r

i (b) He will promptly notify the contractmg officer, prior to award,0f the remipt of any commumcation from the Osi Federal Activities, Environmental Protection Agency, mdicatmg ttsat any facihty which he proposes to use for t i

contract is under consideration to be listed on the EPA hst of Violating Facihties.

(c) He will melude substantially thts certification, mcludeng this paragraph (c), m every nonenempt subcontract t

b 3.

CE RTIFICATION OF INDEPENDENT PRICE DETERMINATION (See par.18 on SF J3-Al By submisuon of this offer, the offeror certifies, and m the case of a iomt offer, each party thereto certifies as to its own fa) orgamration, that m connection with this procurement:

(1) The prices m this offer have been arrived at mdepenoentty, wethout consultation, corrmunication, or agreement fo ourpose of restrtst ng competition, as to any matter relatmg to such onces with any other offeror or with any competitor; i

L2) Unless otherwise required by law, the prices which have been ouoted m this offer have not been knowingly atteror and will not knuwingly be disclosed by the offeror prior to openmq m the case of an advertised procurement or pr pase of a negotiated procurement, cirectly or indi'ectly to any other offeror or to any competitor; and of for for (nat purpos'e of restrictirsg competition.(3) No attempt has been made or will be made by the offero l

Ibi Each person signing thes offer certifies that:

of fered nerem and that he has not participated, and will not participate, m any ac (2) v) He is not the person m the offeror's organ 4ation responsible withm that orgamsation for the decision as ceing of fered herein but that he has been authorised m writmg to act as agent for the persons responsible for su suen persons have not participated and ws;l not participate, m' hereoy so certif y; and in) he has, sot participated, and witi not participate, its any act;on contrary to (aH a

CERT 1F1 CATION OF NONSEGREGATED FActuT1ES IApplicante to (11 contracts. (2) succontracts. and 13) agreements worn aco;ocants wno are themseNes performong federally assisted construction contracts. escoedmg 510.000 i&cn are not e ornvisions ni the Eaunt Cooortunity clause.)

Bv the suomission of this bid, the bidder, offeror, applicant, or subcontractor certifies that he does not memtam o vrno,ovees any segregated fac:lities at any of his estaolishments, and that he does not permit his employees to perform th los*ation,.moet nes control, whe't segregated f acilitees are maintained, He certifies further that he will not mamtam or provide fo ees.nv segregated f acilities at any of his establishments, and that he will not permit his employees to perform their services at a r p oy, unrur his Contrni, wnere Mgregated facilities are maintained. The bidder, offeror, appheant, of subcontf aClor agrees that a brea tification is a violation of the Ecual Opportunity clause m this contract. As used m this certification, the term " segregated army wait.ng rooms, work areas, rest rooms and wash roorfis, restaurants and other eating areas, time clocks, locker roo s

dressing areas, parkmg lots, drmking fountains, recreation of entertainment areas, transportation, and houung f acilities provioed for emplovares wnich are segregated by explicit directive of are m fact segregated on the basis of race, color, religion or natio of nacit, local custom, or otherwise. He 'urther agrees that (except wnere he has obtamed identical certifications from propos subcontractors for specific time periods) he will obtam identical certifications from proposed subcontractors prior to the aw subcontracts exceedmg $10,000 which are not exempt from the provmons of the Eause Opportumty clause; that he w certifications in his hies; and that he will forward the following notice to such proposed subcontractors (except whe*e suocontractors have submitted identical certifications for specific time periodsl:

Notice to prospective subcontractors of requirement for certifications of nonsegregatest facilities.

A Ce+tification of Nonsegregated Facilities must be submitted prior to the awara of a subcontract exceedmg $10 cuompt from the provisions of the Eoual Opportunity clause. The certification may be submittec eitner for eacn subcontract o suocontracts curmq a period ite., Quarterly, semiannuelty, or annually). NOTE. The venalty for makmp tasse otters is prescri v.:c root Continued on Page 4 auemoue=r ase

ss l

auosoue=r %o c.r ACKNOWLEDGMENT OF AMEN 0MENTS The oreerer mennowiesgos receet of amene.

mente to me Sonenoson for offers one reissed occuinente nummerse ano assed as fosowe; 40 TE Otrers must wt torts tutt

  • jr mavnq btse statements on atfers as pre: crit > edin f 8 u S C 1001 accurate ano comusere mtormation as recuarre ny this f

l

$lancarc 5orm J3 page 3 Mv b le

7..

t

.r i

PART I f

Representations, Certifications, and Acknowledgments - Continued SF-33 (page 3) 5.

WOMAN-0WNED BUSINESS Concern is C is not 8 a woman-owned business. The business _.i.s publicly owned, a joint stock association, or a business trust G yes L,f no.

The l

business is 6 certified 6 not certified.

A woman-owned business is a business which is, at least, 51 percent owned, controlled, and operated by a woman or women.

Controlled is defined as exercising the power to make policy decisions. Operated is defined as actively involved in the day-to-day management.

For the purposes of this definition, tiusinesses which are publicly owned, joint stock associations, and business trusts.are exempted.

Exempted f

businesses may voluntarily represent that they are, or are not, woman-owned if this information is available.

)

6.

PERCENT OF FOREIGN CONTENT The offeror / contractor will represent (as an estimate)', immediately after the award of a contract, the percent of the foreign content of the item or service being procured expressed as a percent of the contract award price (accuracy within plus or minus 5 percent is acceptable).

7.

NON-DISCRIMINATION BECAUSE OF AGE CERTIFICATION (1-12.1001)

The offeror hereby certifies as follows:

l 6 (a)

In the perfonnance of Federal contracts, he and his subcontractors shall not in connection with the employment, advancement, or discharge of employees or in connection with the terms, conditions, or privileges of their employment, discriminate against persons l

because of their age except upon the basis of a bona fide occupa-tional retirement plan, or statutory requirement, and C (b) That contractors and subcontractors, or persons acting on their behalf, shall not specify, in solicitations or advertisements for i

employees to work on Government contracts, a maximum age limit i

for such employment unless the specified maximum age limit is

- based on.a bona fide occupational qualification, retirement plan, or statutory requirement.

t 8.

CERTIFICATION OF RECOVERED MATER:ALS (1-1.2504(b))

)

The offeror / contractor certifies that recovered materials will be used i

as required by specifications referenced in the solicitation / contract.

r

~

j l

a 9.

CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST f

I represent to.the best of my knowledge.and belief that:

f t

The award to TECHNIQUES IN WOOD of a contract or the

{

modification of an existing contract does L,/ or does not ef/ involve situations or relationships of the type set forth in_41 CFR paragraph 20-1. 5403(b)(1 ).

l If the representation as completed indicates that situations or ' relation-i ships of the type set forth in 41 CFR 20-1.5403(b)(1) are involved or the j

. Contracting Officer otherwise determines that potential organizational conflicts exist, the offeror shall provida a statement in writing which

{

describes in a concise man.ser all relevant factors bearing on his represen-tation to the Contracting Officer.

If the Contracting Officer determines that organizational conflicts exist, the following actions may be ~taken-i (a) impose appropriate conditions which avoid such conflicts, (b) disqualify the offeror, or l

-(c) determine that it is otherwise in the best interest of the United States to seek award of the contract under. the waiver provisions of i

i 20-1.5411.

t The refusal to provide the representation required by $20-1.5404(b) or upon request of the Contracting Officer the facts required by 820-1.5404(c),

l shall result in disqualification of the offeror for award. The nondisclo-sure or misrepresentation of any relevant interest may also result in the i

disqualification of the offeror for awards; or if such nondisclosure or misrepresentation is discovered after award, the resulting contract may be terminated. The offeror may also be disqualified from subsequent i

related NRC contracts and be subject to such other remedial actions pro-i vided by law or the resulting contract.

j The offeror may, because of actual or potential organizational conflicts of interest, propose to exclude specific kinds or work from the statements of work contained in an RFP unless the RFP specifically prohibits such exclusion. Any such proposed exclusion by an offeror will be considered by the NRC in the evaluation of proposals.

If the NRC considers the pro-posed excluded work to be an essential or integral part of the required work and its exe.lusion would work to the detriment of the competitive i

posture of the other offerors, the proposal must be rejected as unacceptable.

The offeror's failure to execute the representation required herein with l

respect to invitation for bids will be considered to be a minor infomality, i

and the offeror will be pemitted to correct the omission.

j 1

Any contract resulting from a solicitation requirement shall include general clauses (41 CFR 20-1.5404-1) prohibiting contractors from engaging in relationships which may give rise to an actual or apparent conflict of interest. Note: NRC Contractor Organizational Conflicts of Interest (41 CFR Part 20) is included in Part IV as Attachment No.1.

i

i e

l' A ef 9

.10.

UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL BUSINESS CONCERNS OWNED AND CONTROLLED BY SOCIALLY AND ECONOMICALLY DISADVANTAGED INDIVIOUALS-(a) It is the policy of the United States that small. business concerns and small. business concerns owned and controlled by socially and economically disadvantaged individuals shall have the maximum practicable opportunity to participate in-the performance of contracts let by any Federal agency.

(b). The contractor'hereby agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent.with the efficient performance of this contract. The contractor further agrees to l

cooperate in any studies ur surveys that may be conducted by the Small Business Administration or the contracting agency which may be necessary to determine the extent of the contractor's compliance with this clause.

(c)

(1) The term "small business concern" shall mean a small business as defined pursuant to Section 3 of the Small Business Act and in relevant regulations promulgated pursuant thereto.

(2) The term "small business concerns" owned and controlled by socially and economically disadvantaged individuals" shall mean a small business concern--

1.

which is at least 51 per centum owned by one or more socially and economically disadvantaged individuals; or. in the case of any publicly owned business, at least 51 per centum of the stock of wnich is owned by one or more socially and economically disadvantaged individuals; and ii. whose management and daily business operations are controlled by one or more of such individuals.

The contractor shall presume that socially and eccnomically disadvantaged individuals include Black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, and other minorities, or any other incividual found to be

+

disadvantaged by the Small Business Administration pursuant to section 8(a) of the Small Business Act.

(d) Contractors acting in good faith may relay on written representations

-by their subcontractors as either a small business concern or a small business concern owned and controlled by socially and economically disadvar.t:ged individuals.

- +

,e 4

e-7 m,-i-a

o' PART M SOUCITATION INURUCTIONS AND CON 0 MONS

- 1. OEFIN m 0 NS, As used hereia.

7. l. ATE safiS, MOOiFICATIONS OF BIOS. OR WITHORAWAL OF t

340 8.

(a) The term " solicitation" raeans Invitation for Bids (IFB) wher, (a) Any bi-l rrreivrd a'she <&r designatrd in the solicitauen after the procurement is advertised, and Request for Proposal (RFP) where the emnet time sperined for recenn will not be considered unless it is the procuressent is negotiated.

(b). The terns "ofer" means bid where the procureteent is adver.

received before award is marle and wher:

(1) It was sent bv resnatrrett or tertified mail not later than the tised, and proposal where the precurement is nosotiated.

(c) For pur 6ftit calendar dav prior to the date spreihed for the rrceipt of bida

$3, the term ' poses of this sobeitation and Block 2 of Standard Form(e.g.. a bid submstted in response ta a *ulicitation requmns receipt of advertised" includes Small Buesnew Restncied Adver, bids by the 20th of the mond must have hern rnasled by the 15th or tasang and other types of. 3tricted advertising.

earlier); or

2. MIEPARATION OF OFFERS.

(2) It me sent by mail for telegram if authonard) and it is (a) Oterors are espected to esamine the drawings, spect4 canons, determined by the Governmot that the lair receipt was due solely to mishand, ling by the Government after rerript at the Government

)

Schedule, and all inetructions. Fasium to do ao wiu be at oferor's 8aetallation.

ri,g, (b) Any modancation or withdrawal of a bid is subject to the same l

(b) Each o#eror shall furnish the information required by the j

conditions as in (a), above. A bid may ahn be wi,t solicitation. The oNeror shall sign the solicitation and print or type in person by a bidder or bis authorised representative, provided his i has nasne on the Schedule and e.ch Conunuanon Sheet thereof on made known and he signs a receipt for the bid, but only if the with.

which he makes an entry. Erasures or other changa rnues be initialed the oKer. Oters signed by an agent am to be drawai is rasde pnor to the emaet time set for receipt of bids.

by the peseen sign' nee of his authoney unless auch evidence has (c) 'ne only acceptable evidence to establish:

accompanied by '

( t ) The date of mailing of a late bed, modincatinn, er withu, nwal been previously furnsebed to the imuing oSce, (c) Unit price for each unit ofered shall be shown and such price sent estber by registemd or certi6ed mail is the U.S. Postal Service i

aball include packing unless otherwise speciAed. A total shall be entered postmark on both the envelope oc wrapper and on the original recespt Imm the U.S. Postal Service If neither postmark shows a legible date la slee Amount colume of the Schedule for each itees ofered. la case i

the bid, readincation, oc withdrawal shall be deemed to have been, of dieerepeacy between a unit price and estended will be presumed to be corevet, subject, however, pries, the unit pnce mailed late. (The te

  • $se placed impressrm " postmark" means a priated, stamped, or other.

to carmeties to the on (esclusive of a postage meter mechme se same essent and in the sasse reanner as any other imistehe_

he(conadered unless authorised by the solicitation.d) Ofers for supplies or service other than those speci6ad will no sion) that is readily identinable without further action as having supplied and a4aed on the date of mailing by employees of the U.3, Postal Service.

for(e) Oferer must sense a deAaite einse for delivery of supplies o, pines a hand,'nerefore, oWerors should request the postal clerk to

.-n

,== bull' e of services unless otherwise speciAed in the solicstation.

and the enwh e or wapper.)s eye " postmark" on both the receipt

(

Time, if stated as a ausnber of days, will include Saturdays, time-(2) The time of receipt at the Government installation is &

9 Sua ye and bolidays.

(g) Code bones are for Gowrnssent use only, dase stamp of such installation on the bid wrapper or other doewnentary evidence of receipt maintained by the inasallation.

3. EIPLANAMON TO OFFUOR$. Any esplanatson deured by an (d) Notwithstanding (a) and (b) of this provisaan, a late snodin.

oWeror regnading the meaning or interpretation of the solicitation, cation of an otherwise successful bid which reakes its terms mooo i

drawings, speciAcations, etc., must be requested in writing and with favorable to the Government will be considered at any time it is re.

suasiest thee allowed for a to reach oderose befose the rub.

ceived and may be accepted, insesson'of their oders. Oral

=ations or instructions given before Notes The teria " telegram" includes madarams.

the award of the contract will not be binding. Any inforessaan given LATE PROPOSALS, MOOMCATIONS OF PROPOSAL.S. AN so a prospective oneror concernang a solicitation will be furnsehed to WITHORAWALS OF PROPOSALS.

j all prospective oferere as an ameadament of the solicitetson, if such information is necessary to oderers in submitting oders on the solicita.

(a Any propoeml received at the oSce desistnated in the

' ta.

tien or if the lack of such information would be prejudiual to um.

tion a er & canct time speci6ed for receipt will not be c red Informed oferers.

uniees s ' received before award is made, and:

(1) was sent by registered or ceruned mail not lat than the

4. ANNOWLEDSMENT OF AMEN 0MENTS TO SOUCffATIONS.

6fth calen day prwr to the date specined for receipt of ers (e.g Receipt od an x-an o#rr su tied in re.pocs, to a solicitation requirists receipt c2 t to a solicitation by am oder must be odore by the 2 acknowledged (a) by an'gning and returning the asmendment, (b) on of the month must have been maile the ISth or three of Standasd Forms 33, or (c) by letter or iedegram. Such earlier);

(2) It was by mail (or telegram if a orised) and it is ledet must be received prior to the hour and dass speciand detennined by the rament that the late tipt was due solely ac for receipt of ofere.

1 to =+andling by Government after a at the Government

5. SUSMISSION OF OFFMS.

installasson; or (a) OHere and mediacesions thereof shall be enclosed in sealed (b(3) It is the only p i received.

onvelopes and addreened to the oece speciAed in the solicitation. The froes the Contracting O&cer request f "best and naal" o#er,is sub.

) Any modiEcauen propoeni. es edorer shall show the hour and date specif.ed in the solicitation for pt a modiacation resulting reenspt, the solicitation r.usnber, and the nares and address of the ject to % same conditions as (a)( and (a)(2) of this provision.

(c) A modi 6casson resulting he Contracting Oscer's request eNeror on the face of the envelope, (b) Telegraphic o#ere will not be coneedered unless authensed by for "best and Anal" ofer receive ter the time and date speciAed in the request will not be conade niees received before award and the solicitsuon; however, oNers may be modiAed or withdrawn by the late receipt is due solely e ish diing by the Government after wntten or telegraphic notice,provided such notice is received pnor to receipt at the Governsment i tallation.

the hour and date speelAed for receipt. (However, ses paragraphs 7 (d) The only acceptable idence to lieh t and 8.)

(1) The date of ne sng of a late p i or modi 6 cation sent (c) Samples of items, when soquired, must be subenitted within the either by registered or et:6ed mail is the

5. Postal Service post.

time specided, and unless otherwise speci&ed by the G,,a _.t.at mark on both the enve no esponse to the Government. If not destroyed by testing, samples the U.S. Postal Scr e.pe or wrapper and onIf neither postmark sh a legible date, the e onginal receipt from will be returned at oderor's request and eepense, unless otherwise i

propaeal or modi tion shall be deemed to he been mailed late.

speciAed by the solicitation.

, The term " poet rk" means a pnnted, stamped, o otherwise, placed

(

& FAILUME TO SUSMIT OFFEIL If no oder is to be submitted, da imprenanon (es unve of a postage meter machine L - '. -- ) that is not return the solicitation unless otherwise spec Aed. A letter of punt

  • readily ident le without further action as having supplied and cord shall be sent to the issuing once advising whether, future suhe.

aAmed on t data of mailiast by employees of the U.S.

tal Service.

itanons for the type of supphes or services covered by this solicitation Therefo oKerers should request the al clerk to e a hand are deared. Failure of the recipient to o#er, nr in notify the issums enacel boire eye " postmark" on er

,)

the receipt an th envelope oser that future solicitations are desired, may r-esult in remtwal eil the name of such recipient from the maihng list for the type of supplies

2) The tiene of receipt time Government installation the at si or services covered by the solicitataon-

.date stamp of such installation on the proposal wrapper or er umentary evidence of receipt maintained by the installation.

33

(

gyassenso repet saa case. same Preernbod be G8A FPR (si CFRl 1 14.18

- - ~ =. _.. - _ _. _ _ _.

n.

A t

  • \\'

1

_(*Qo*withunding (4).. (b), and (c), of ilde proviesen, a la 35-4$)'. the Contract Wnrk Huurs Standards Act (40 U.S.C. 327-330),

af an othrrwise successful proposal which snakes i

. and the Service Contract Art na 1986 (41 U.S C. Y>l M71 may I.e l

more favora

  • tlee Government will he conndered at it is sebtained inun the Departmens nf Lahier. Washinsteen, DE Jtt?lti,..e rece6ved and uas cepted.

frnen any regmnal n# ire of that agency. Renueses f..r ininnuatinu shi.uld (f) Progsusale me ehdrawn b writ telegraphic notice include the solicitation number, the nome and address of the issuinst 1

received at any emv pnar,

ard.

Is may be withdrawn in asency, and a dess ription of the supplies ur services.

a perenn by an o# erne or his au representatsve, provided his i

idenuty as made kn,>wn an ugns ipt for the propeeni prior

18. SELLEN'S INVOICES, Invoices shall be prepared and senhenitted to award, in quadruplicate (one copy shan be marked onginal") unless other.

Notes "teleseam" includes snail wise specined. Invoices shall contain the following information: Con-i

- Not aleernate late proposals, mediocations and tract and o, der nussber (if any), item numbers, desenption of suppises wh als of propeente proviesen prescribed by el CFR f-(b) or services, siens, quantitiu, unit pnces, and estended totah. Bill of i

be used in heu of provision B,if speciAed by the centract.

lading number and weight of shipment wiu be shown for shipments

9. 00SCOUNT3.

made on Government bills of lading.

i (a) Notwithstanding the fact that a blank is provided for a ten (10) 14,' SMALL SUSINESS CONCERN. A small bisinem concern for the l

day discount, prompt palment discounts odered for payment within purpoer of Government procuressent is a concern, including its anlla.

]

less than twenty (20) calendar days will not he coneedered in evalu.

ate, which is independently owned and operated, is not dominant in ating users for award, unless otherwise spec Aed in the solicitation, the Aeld of ration in which it is suba4itting o#ers on Government l

However, o#crrd discounu of less than 20 days will be taken il pay.

contracts, can further qualify under the cntena can ment is maue withm the dm.nunt penod, even though not considered her of employees, averase' annual receipts, or other en.cerning num.

t tena, as pre.

l in the evaluanon nf oden.

scnbod by the $niall Business Administration. (See Code of Federal (b In connection with any discount odored, time will be cosaputed Regulations, Tide 13, Part 121, as amended, which contains detailed frora)date of delivery of the supplin to carrier when delivery and.

industry dennitions and related procedurse.)

acceptance are at pomt of or:gm, or from date of delivery at desti.

l neuon or port of embarkation when delivery and acceptance are at

15. CONTINENT PEE. If the oferor, by checking the apprepnate either of those points, or from the date correct invoice or voucher is bon provided thesefer, has npresented that he has employed or retaaned i

received in the ofEre speeded by the Government, if the latter date a com y or person (other than a full time bona Ade employee work.

l is later than date of deiiserv, Psynwns is deemed to be enade for tire ing ly for the oferor) to solicit or secure this contract, or that he purpose of earning the dascount un the date of mailing of the Govern.

has paid or agreed to pay any fee, connussion, percentage, or brokenee i

nsent check.

fee to any company or person conungent upon or resultmg from the i

10, AWARD OF CONTRACT, award of this contract, he shall furnish, in duplicate, a compsete Stand.

and Fonn 119. Contractor's Statement of Contmgent or Other Few If i

(s) The contract will be awarded to that responsible o#eror whose oderor has previously furnished a completed Standard Turin 119 to the o#er conforsninst to the solicitation will be most advantageous to the oEce issuing this solicitation, he may accompany his n#ct with a signed i

Government, pnce and ather factors considered.

statement (a) indicating when such compicted form was previously 1

(b) The Government reserves the right to reject any or all.o#ers furnished, (b) identifying by number the previous solicitation or con.

l and to waive ininemalines and minor irregularities in o#ers received, tract, if say, in connection with which such form was snabnaitted, and (c) The Government mov accept any item or group of items of any (c) representing that the statement in such fann is applicable to this

.j oder, unime the o#eror quatines Hs o#ce by toccine limitations. UN*

oder.

LESS OTHERWISE PROVIDF.D IN THE 3CHEDULE, OFFERS MAY BE SUBMITTED W ANY QUANTITIES LES$ THAN l

THOSE SPECtMED; AND Tile COVERNMENT RESERVES

14. PARENT COMPANY. A parent cosepany for the purpose of this MIE RIGHT TO'MAKE AN AWARD ON ANY ITEM FOR A o#er is a company which either owns or controis the activities and basic UANTITY LESS THAN THE QUANTITY OFFERED AT THE business policies of the o#eror. To own another company means the t

NIT PRICES OFFERED UNLESS THE OEFEROR SPECIFIES

$ rent company reust own at least a majonty (more than 50 percent)

& voting rights in that company. To control another company, such ec'eptance ul Ofer) mailed (or other.

7,",M, E ",,',,"Sie nE byY A

te swa I

b of e

eror, wise urnished) to the suce

.ul oderer within the time for acceptance speca6ed % the oder shall beyeemed tofresult in a bindtag asntract other company is considered the parent company of the oferor. This l

control may be esercised through the use of deniinant minority voting I rosy voting, contmtual anangements, or otherwk Th (

g pa grap

)

(h) apply only to negotiated rights, uw P

(e) The Government may accept ithin the tiene specined brein, 1% EMPLOYER'S 10ENTIFICAT10N NUMSER, ( Applicable oney so any oder (or part thereof, as provide

'n (c) above), whethu or nne advertised solicitations.) The o#eror shall meers in the applicable space there are negotiations subsequest to its cipe. ur.less the a#er is with, on the oder form, if he has no parent company., his own Employer's drawn by wntten nonce rveerved by the overnment prior to award.

IdentiAcation Number (E..I. No.) (Federal Social Security Number If subsequent negotiations are conducted, cv shall not constitute a used on Employer's Quarterly Federal Tam Return, U.S. Treasisry rejection or counter oder/on the part of th Governament.

Department Form 941), or,if he has a parent company, the Employer's

[

(f) The right is reaeored to accept other th the loweet o#er and Idenuncauon Number of his parent cosepany.

to resect any or all o#ct (g) The Governnwnt may award a contract,

.d on initial ofere

13. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION.

(

received, without discusion of such o#ces. Accor o#er should be anbmitted on the most favorable %ely, each initial (a) Tliis certincation on the o#er form is not applicable to a foreign j

and technical eiendpome which the o#eror can sub' y from a price n#cror submittinqt an oder for a contract which requires performanes te e

the Govern-or deliverv outside the United States, les possessione, and Puerto Rico.

ment.

/.

r or any (h) Any Knancial daia submitted with ans o#er heren (b) An o#er will not be considered for award where f a)(1), (a)(3),

I or (b) of the ceruncanos has been deleted or modined. Where (a)(2) l representadon concerning facilities or nnancing will not to a part of any resulting contract; provided, however, that if the resuldng ron.

of the ceru6 cation has been deleted or modi 6ed, the oser will not be tract contains a clause providing for pnce reduction for defeen,. cost considered for award unless the oderar furnishee with the o#er a signed statement which sets forth in detaal the circuenstances of the disclosure l

oe prsems data, the contract pnce wgli be subject to reduction a.est and the head of the asency, or his designee, cetermines that such dia.

or pricang data furnished hereunder is ancompte inaccurate, oc hot a

current.

closure was not made for the purpose of restrict ng cornyetition.

i l

11. GOVERNMENT FURNISMED PROPERTY. 5 a material, labor, or
19. ORDER OF PfFCEDENCE. In the event of an inconsistency be.

faciliues will be furnished by the Government unless othetwier pn,.

tween provisions of Jim solicitation. the inconsistency shall be resolved i

vided for in the solicitation.

by givmg precedence in the following order (a) the Schedule; (b)

Solicitation Instrucuene and Conditions; (c) General Provisions; (d) i 1L t.ASOR INFORMATION. General infonnation regarding the re.

Other provisions of the contract, whether incorporated by reference or

(

querements of the Walsh Healey Puolic Contracts Act (41 U.S.C.

otherwise; and (e) the speciEcations.

t I

smscam m as.4sasa m m j

i a u o o

. e.

isre-se. e r,..as i

r

,---n

..,, -. ~

l 1

l j

i PART II (C:,ntinued) i NgitCESTOSICCE?.5 I

20. notice of Reouirement to Cartifv Hansearvsated Facilities j

~

Sidders are cautioned as follows: Sy signing this offer. the bidder

)

will be deemed to have signed and agned to de provisions of the "Cartification of Monsegngatad Facilities

  • c:ntained on page 6 of tais solicitation. Failure of the bidder to agree to tne carti-fication of nonsagesgated facilities my cause his bid to be rs--

jacted as nonresponsive.

i i

Moreover, each sheet for which ce offerer desires to restMet disclosure shall be arked wit 3 t3e fo11cwing legend:

i s

"Use of disclosure of proposal data is suoject to the restriction on ce title page of cis preposal. I claim tnat information containec herein is presMetary and snall not be disclosed by the NAC in accreanca wie i.xemption 4 of the Freeces of Informatica Act."

21. 8id Ident'fic2 tic" i

Mailing anveicses shall be =arked wie the IF3 nuncer as specified on Page 1, Eleck #2 of tais solici.a: ion. The IFE numoer should also te esferencad in your c:ver 1st:ar and on each page of your bid.

1 22-Peried of eMermanca The wort

  • required hersunder shall be c:moleted within sixty (60) days following the effective data of the =ntract.
23. Cost of Bid 8-=carstion This solicita: Ton does not c:rmit the Government ts say any c:sts incur se for ce precaration of bids or for any studies or analyses l

cat my be c=neuc:ad in the presarstion 2ersef; nce is na Gover" ment c= mat: ad to precurs or c=ntract fer de articles or servicas descMhed under Part III of cis solicitation. It is tiso brougnt to your t=antion eat tne Centrsc:ing Officar is ce only indivicual was can les:Uly c:ssnt ce Gover== ant ts the excenci=re of pucife funcs in c=nnectica wic ce ; reposed -

procursment.

24. Cther Cent-se ual Cemnitents '

t

.The bidder saali list any =nni=ents with otner agencies, gover-mental or ;Mvata, and indicata wnether tasse c:nni=ents will or will not intarders with te==cletion of wort and sar-vicas c:ntamolatac uncer this solicttation.

T e-MM w4

-e.

25.

Award *:otiffeation S

All bidders will be notified of unir final selectica cr nonselection.

as seen as possible fc110wintT tne ::meletten of ce-fersal NRC bid coening and sunsequent detailed examination cb bids and c:ndue:-os responsibility enecks. Fernal notificatica of acasalection t:

unsuccassful bidders will be ade fc11cwing c:ntnct aware en the, j

suecassful bidder.

20' 1'yce of Cantnct and Geners1 Pmvisiens It is c:ntamplatad that a fixed prica type c:ntnet will be awarced.

In additicn to the special previsicas of 21s Invitation For Sid, any resultant c:ntnc sna11 include =e general previstens i

applicable to the selectad bidder's criani:atien and ts the type t i c ntract awarded.

Any additicnal clauses in effect at the time of executien of the resulcant c:ntr:c: are hersey incluced by referenca.

i

' ?

27.

w-i Award will be made % cat restensive, res;casible tidder wicin the meaning of tae Federal Procurteent Requiaticas 1 1.12 wncse offer is i

ne icwest overall evaluataa t:t:1 c:ntnc cased upon ce requirteents as set f rts in tse schacule.the Gewernment.

i DM a t:

Fcr the pur;=sas of datarsining the Icwest efdar the unit ; Meas cuc ad t

far aaca itam

.listad in ArticleI tais solici:& tion will be mitipliec by es nuncer.5ucp11es/!ar ticas Fricas of of unfts sacwn therein anc-the pr:cucts certef adced t:getner to arMye at the aggregate of esca bid i

28.

Secarita char es t

Secarste enarges, in any form, art not solicitad.

cnarges for disc:ntinuanca, termnation er failure t:Stes c:ntaining any option.rs not solicitac and will te r*,.jectad.

exercise any i

)

?

I i

~..

t l

t

29. t.tst4ne af rmeinv ar oe nines it:o't t!.t 02 0 l

Sidders and offerces should nota *. Mat this solid tation incluces d provision recutring tne listing of employment ocenings witn tne local offica af

.a Federal-State encloyment service system wnere a c:ntract award is for i

52,500 or more.

30. C:suri, =ent of Pue11e Funds The Contraedng Officar is the only individual wne can legalty c:surit 2e I

Government,co the expenditure of pualic furids in c nnection with this pre-curement. Any other c:meritment, eitner explicit or implied, is invalid.

31. Minimus Bid Acenotanen Ne4ed i

Sids offering fewer than ninety(90) days for accaotanca by the Govertment i

from the data set for opening will be rejected as nonresponsive.

32.

Bidder cualifiestions and past Excerienes The bidder sna11 list below at least four (4) previous or carnnt c:ntracts.

for the same or substantially similar serricas:

(1) Centract No.-

Name and addass of

~

{

Government Ager.cy or Canmercial Entity:New York. Telephone Co.

20 Park St Room 005P i

Albany. NY 12207 l

Point of Cantact ano l

Telegnene Numoer:

Howard Church 518-471-6930 i

(2) C:n' tract No.:

I Name and accress or Government Agency or C mmercial Entity: Beneficial ifanacement Corn 200 South Street i

Morristown. NJ 07960 Point of Cantact anc i

Telechene Numoer:

Sidney Wilson 201-455-7303

("J) Centract No.:

Name and addrssa of i

Government Agency or C mmercial Endty. Tektronix Inc.

Tektronix Industrial Park i

Beaverton, OR 97077 i

f i

1 l

l l

-, - ?

l I

i i

(3, Point of Ont.ct sn:

Telegnens.'! = 2r:

Ruth Banta i

503-644-0161 i

I (4) Centnet T4c.:

l flame and Adcrass of Govermeent Agency or Camarcial Entity:

Detroit Edison f

2000 2nd Ave r

Detroit, MI Point of Contact anc i

Telephone Nunner:

Dinne Tec;smer f

313-237-7173

  • Additional infor nation will te suspifed to the Centncting Officar upon request.

33.

Submission er sid l

Sids must set fer h full, 'ac:ursta and c::sciate infor.atica as required ty this Invitatica for Sids (including attsc:nents). The Penalty for i

making false s stament-in ties is ;rsserited in 13 U. 3. C. ICC1.

34.

Subcontractors i

If the offeror plans to subcontract any of the work to be perfonned, list proposed subcontractors if known by name.~ Provide a detailed l

breakdown of specific work to be subcontracted and the approximate cost involved.

35.

Labor Surolus Area Preeram Recuirements l

In keeping with the Feceral Labor Surplus Area Program, the offerer is required to provide information on the general economic conditions j

of the area in which subcontractors are located, exact location of subcontractors (state, city, county), and the unemployment rate for l

the area, if known.

I t

I l.

+

4 t

(

~

36, PRICES Bidders. must insert a definita crice or indicate "no charee" in the blank sDace Oroviced for eacn item 11sted in A r+i r-l a f hRreof.

Unless exoressly prov1ceo for nerein, no acoltlonal enarge will De allowed for work performed under the contract other than the unit ;ricas stipulated herein for each such item 37.A_ WARD OF CCNTRACT Award will be made to that responsive, responsible bidder within the meaning of the Federal Procurement Regulations 1-1.12 whose offer is the lowest cverall evaluated total contract price to the Government based upon the requirements as set forth in the schedule. For the purposes of determining the lowest offer, the unit prices quoted for each item listed in Article I of this solicitation will be multiplied by the number of units shown therein and the products thereof added together to arrive at the aggregate of each bid.

38.

Site 5:snaard ine ; meue-c'assidiest en d

nas :een catarminec =3:

uncer =e 5:ancare Incus = at Classificatien Manual as=e serricas 30.2541 anc cat

=e c:ncarn's average annual recai; s for iu grecactnq =ree (3) fiscal yurs as: not excans 12 Millica = te !!assifte as a s::all tustness

..ncarn.

39, n:e. to11cwing is added to C7ause 9. "Cise:unts," Sut:aragrapn (a):

Fcf the pur;cse of bid evaluatien, any pre =: payeent disc wnica is eligible (i.e., for a period of 20 cays er more) :unt for c:nsideration in :Ae evaluatien of bics ;urcuant ta tnis

ara' tt
n will to acclied directly to the prics offered; g

the pur;cse of ;ayment< when 2e ;r: met payment cisc:unt isFor ear 11ed, tr.e full cisc:unt will te docuctac, cuerdise any pr: mot payment disc:unt in excass of 5 ;ercan by Oe Gaver-ment only as ;remot ;ayment of 5 sertant anc anywill te =nsidered cisc:unt, wate tne bfeder er Offerer agrees that tne Gover will :s sntitled ta regarelass of wnen payment is =ade.

l l

t i

40. Brand Name or Equal
(As used in this clause, the term " Brand Name" includes identification of products by made and model.)

j (a) If items called for by this IFB have been identified in the I

schedule by a " brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory.

Offers offering " equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offers and are determined by the Government to meet fully the salient characteristics requirements listed in the IFB.

(b) Unless the offeror clearly indicates in his offer that he is offering an " equal" product, his offer shall be considered as offering a brand name product referenced in the IFB.

s (c)(1) If the offeror proposes to furnish an " equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the IFB, or such product shall be otherwise clea rly identified in the offer. The evaluation of offers and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in his offer, as well as other information reasonably available to the purchasing activity. CAUTION TO 0FFER0RS: The purchasing activity is not responsible for locating or securing any information whien I

is not identified in the offer and reasonably availabe to the purchasing activity. Accordingly, to insure that sufficient information is available, i

the offeror must furnish as a part of his offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to (1) determine whether the product offered meets the salient characteristics requirements of the IFB and (ii) establish exactly what the offeror proposes to furnish and what the Government would i

be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity.

(2) If the offeror proposes to modify a product so as to make it conform to the requirements of the IFB, he shall (1) include in his offer a clear description of such proposed modifications and (ii) clearly mark any l

descriptive material to show the proposed modifications.

... ~,. - _

I i

i Part III - The Contract Schedule i

t Article'I - Supplies / Services and Prices The Contractor shall provide the following Inter Royal products or equals:

Item No.

Supplies / Services.

Quantity Unit Unit Price Amount i

1 Inter Royal Partition, I

straight, 60" high X 60" wide, Rust, A06060S1 or equal 45 Each

$135.50

$ 6,097.50 Proposing On:

EQUAL Name of Manufacturer: Techniques In Wood Brand: Beta 85 No. S06060-85 2

Inter Royal Partition, i

straight, 60" high X 60" wide Ivory, A0606051 or equal 90 Each 135.50 12,195.00 Proposing On:

EQUAL

{

Name of Manufacturer: Techniques In Wood Brand: Beta 85 No. SO6060-85 i

3 Inter Royal Partition,

{

curved, 60" high X 60"

)

wide, Ivory, A06060Cl or equal 12 Each 139.50 1,674.00

}

Proposing On: EQUAL i

t Name of Manufacturer: Techniques In Wood Brand: Beta 85 No. C06060-85 4

Inter Royal Partition,

[

curved, 60" high X 60"

[

wide, Rust, A06060Cl or equal 12 Each 139.50 1,674.00 i

. Proposing On: EQUAL t

i Name of Manufacturer: Techniques In Wood l

Brand: Beta 85 No. CO6060-85 5

l

t i

Article II Description / Specifications A.

The following characteristics for 1-4 below are essential to the needs of the Government. These characteristics will be used by the Government for evaluation purposes to determine whether " equal products" offered in accordance with clause entitled " Brand Name or Equal" as contained in Part II, Paragraph 40, are equal in all material with respects to the brand name product referenced herein.

1.. Item 1 under Article I shall have the following essential characteristics:

a.

Acoustics:

N.C. R. of.85 in accordance with ASTM-C423-66 b.

Flammability: Class A in accordance with ASTME-84 I

c.

Floor Support: Double faced foot, permanently affixed i

d.

Base Opening: Five inches i

2.

Item 2 under Article I shall have the following characteristics:

a.

Acoustics:

N.C.R. of.85 in accordance with ASTM-C423-66 i

b.

Flammability: Class A in accordance with ASTME-84 i

c.

Floor Support: Double faced foot, permanently affixed f

I d.

Base Opening: Five inches 3.

Item 3 under Article I shall have the following characteristics:

a.

Acoustics:

N.C.R. of.85 in accordance with ASTM-C423-66 b.

Flammability: Class A in accordance with ASTME-84 c.

Floor Support: Double faced foot, permanently affixed 4

d.

Base Opening: Five inches e.

Curve Radius: Curved partitions - outside curve 84", inside curve 82" 1

1 j

t 4.-

Item 4 under Article I shall have the following essential characteristics:

I a.

Acoustics:

N.C.R. of.85 in accordance with ASTM-C423-66 b.

Flammability: Class A 1.n accordance with ASTME-84 c.

Floor Support: Double faced foot, permanently affixed t

d.

Base Opening:

Five inches e.

Curve Radius: Curved partitions - outside curve 84",

inside curve 82" 5.

Partitions must be compatable and interchangeable with partitions presently in use to allow flexibility to utilize Interhinge hinging and connecting system. The following tre characteristics,with respect to hinging, of the partitions presently in use:

t a.

Hinging ability of Interhinge allows screens to be joined at any angle.

j b.

The connector joins screens in such a way as to provide both a i

light and accoustical seal.

6.

Note the following:

a.

With respect to color, for Part C of Items 1-4, the Government desires black enamel; however, other colors will be acceptable.

Failure to offer the desired color will have no impact on award.

b.

With respect to edge treatment, the Government desires that same be recessed double self weit fabric edge. Failure to offer same will have no impact on award.

t

Article III - Deliveries A.

Time of Deliverf Delivery is nEstero by the Goverreent within thirty (30) days after the Date of aware.

If the bidder is unable to meet the above delivery schedule, he may, without prejudien to the evaluation of his bid, set forth his Proposed Delivery Schedu? below; but such delivery schedule must not extend-the delivery period beycnd the time for delivery called for in the following required deliver / schedule.

Delivery is REQUIRED by the Government within sixty (60) days after the Dace of award.

Bids offering delivery under such terms or conditions that deliver /

will not clearly fall within the applicable required delivery period specified above will be considered nonresponsive and will be rejected.

If the bidder does not propose a different delivery schedule, the r

Government's desired delivery schedule shall apply, j

Bidder's Procesed Delivery Schedule (to be ecmoleted by bidder)

Delivery will be made within the following number of days after the date of award.

(

30

). (NLT Days)

B.

Place of Delivery The items required hereunder shall be delivered all transportation charges l

paid by the contractor to the NRC warehouse at the following' address:

U.S. Nuclear Regulatory Commission 4934-4940 Boiling Brook Parkway Roi:kville, MD 20852 Items shall be marked for Grover Estep h

i b

t

  • To be incorporated into any resultant contract.

l l

~

5,

+.

~ ARTICLE IV - PAYMENT.

A.

In the absence of a discount, the contractor shall be paid upon the submission of a proper and correct invoice or voucher in approximately thirty (30) days after submission or date of delivery, whichever is later, the prices stipulated herein for sucolies delivered and accepted

.or services rendered and accepted (ARTICLE I), as herein provided.

r B.

Partial ~ payment shall be made at the prices indicated in the Schedule of t

' Items / Prices upon inspection and written acceptance of the deliverable items.

i C.

The contractor's invoice or public voucher shall identify the contract number and the nature and extent of the supplies / services for which payment is claimed.

D.

If this contract provides for a discount, the contractor shall indicate the contract's discount terms (Block 16 of SF-33) on the face page of the invoice or voucher.

ARTICLE V - TOTAL AMOUNT OF CONTRACT The firm fixed price amount of. this contract for the delivery and acceptance of the supplies stipulated in ARTICLE I is 5 21,640.50.

ARTICLE VI - INSPECTION AND REVIEW OF WORK A.

Prior to Delivery The Nuclear Regulatory Commission reserves the right to make periodic on-site inspections in accordance with the General Provision, entitled

" Int, ation. " It shall be expressly understood that sucn inspections shall not constitute acceptance by the Government of any part of the work, but shall be for the purpose of providing coordination and technical guidance in interpretation of technical requirements.

  • To be incorporated into any resultant contract.

1 1

-3.

After Celiverv 1.

All. inscactions, acceotanca, and rejection decisiens shall be made at destination by the Contracting Officer (CO) or his authorized representative (C0AR).

2.

Upon receipt of all deliverable items specified, the Contracting Officer or his authorized representative shall inspect eacn item for compli-ance with the specifications :cntained herein.

3.

Acceptance _ or rejection of deliverable items shall be made in writing by the Contracting Officer or his authorized representative within 30 calendar days after receipt of said deliverable items from contractor.

In the event of rejection of any portion of the work, completion of corrected items shall be received within 5 calendar days after receipt of notice of rejection. Final acceptance shall be made in writing only after the work has been corrected to the extent that it conforms to the specifications contained herein and has been approved by the Project Officer. The contractor shall be notified of final acceptance within 30 calendar days after receipt of the corrected items.

Article VII - Project Officer Grover Estep is hereby designated as the contracting Officer's authori:ed representative (hereinafter called Project Officer)' for technical aspects of this :en-tract. The project Officer is not authorized to accrove or reouest any action whien results in or could result in an increase in contract cost:

or terminate. settle any

_cjaim or ciscute arlsino uncer tne contract; or issue any un11atarai c1rective wnatever.

The Project Officer is responsible for: (1) monitoring the Contractor's technical progress, including surveillance and assessment of performance, and recommending to the Contracting Officer changes in requirements; (2) interpreting the scope of work; (3) performing tecnnical evaluation as required; (4) performing technical inspections and acceptances required by this. contract; and (5) assisting the Contractor in the resolu-tion of technical preolems encountered during performance. Within the purview of this authority, the Project Officer is authorized to review all costs requested for reim-bursement by contractors and submit recommendations for approval, disapproval, or suspension for supplies, services required under the contract.

The Contracting Officer is responsible for directing or negotiating any changes in terms, conditions, or amounts cited in the contract.

For guidance from the Project Officer to the Contractor to be valid, it must: (1)be i

l consistent with the description of work set forth in the contract; (2) not constitute l

new assignment of work or change to the expressed terms, conditions or specifications i

incorporated into this contract; (3) not constitute a basis for an extension to the i

period of performance or contract. delivery schedule; and as stated above, (4) not constitute a basis for any increase 2in the contract cost.

/.R TI CL E V I II. P R E S E R'/ ATI ON / p AC KAG I NG / P AC X I'!G, All materials delivered under this contract shall be afforded the degree of l

. packaging (preservation and packing) required to prevent deterioration and/or damages due to hazards of shipment, handling, and storage. Such packaging shall be accomplished in such a manner as to insure safe delivery at destination.

- *To be incorporated into any resultant contract.

ARTICLE IX - Price Certification The Contr:.ctor warrants that the prices, rates, or factors quoted herein are as low or lower as the prices, ratet, or factors quoted to, or paid by, any cther purchaser for like quantities of the like item (s) required to be delivered hereunder.

Article X - Reserved F

9 I

u

(

t ARTICI,1 XI - Ge'NERAL PROVISIONS Provisions, dated 7/30/80 wnich inenrcorstas the Stanca (Rev.' 4/75) General Provisions and FPR Changes and Additiens to Standard Form 32 General Provisfons (6/76), attacned hereto and made a part hereof by this referenca.

FPR Changes and NRC Additions to Stardard Form 22 General Provisions attacned hereto and forming a part. of this emntract, is further modiffed as follows:

1)

Clause No. Z2 entitled *Utt11:stfon of Lacor surplus Area Cancarns*

is deletad in 1ts entirtty and suostitutad with the attached Clause No. 47 entitled "Ut11f tation'of Lanor furplus Area Concarns (FFR l-1.205 3)*

in If eu thereof.

2)

Pragras* is deleted in its entf rety. Clause No. 32 entitled 'afnoHty fusin

3) Clause No. 33 entitled *irefersnca For U. S. Flag Air Car iers" is deleted in its entirtty.

4) stituted with the attsched Clause.'fo.48 entitledClause N and suo.

  • 01 sputas '.

5)

Clause No.49 entitled " Utilization of Wemen-Owned S (Over $10,000).f s added.

ancerns" l

i