Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

95 -- Angle Steel

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
MT634-02
 
Response Due
8/29/2002
 
Point of Contact
Alice Calabro, Contracting Officer, Phone 202-305-7331, Fax 202-305-7353,
 
E-Mail Address
acalabro@central.unicor.gov
 
Description
This is a combined synopsis/solicitation for a supply contract for commercial items in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITTION; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23 effective February 20, 2001. The solicitation number is MT634-02 and this is a Request for Proposal. The North American Industry Classification System (NAICS) code is 331221?Angle Steel and the small business standard size is 1000 employees. Proposals are due in this office Thursday, August 29, 2002 at 2:00PM ET. Federal Prison Industries Inc. intends to enter into a firm fixed price requirements type contract for a period of performance of one year for miscellaneous sizes of Angle Steel at the following UNICOR, Federal Prison Industries, Inc. location: (Place of Performance): UNICOR Terminal Island in California. UNICOR intends to award Lot 7 on an ?All or None Basis?. This is a Free Markets Auction As a Competitive Bidding Event (CBE 7544) scheduled for Tuesday, September 17, 2002 at 10:00 a.m. ET. The quantities specified in the solicitation are estimates only; and shall not obligate the Government. Orders may be issued from date of contract award through one year thereafter (Period of Performance). The contractor will only deliver items and quantities specified by individual delivery orders placed by authorized personnel either at the specific factory location and /or Central Office in Washington, DC with the exception of the Contracting Officer?s Technical Representative (COTR). The Contracting Officer?s Technical Representative (COTR) is Mr. Jack Martinez, Terminal Island, California. The Contracting Officer at Terminal Island is Ms. Pam Gonzales Telephone: 310/732-5456. Prices will be FOB Destination. Deliveries will be Monday through Friday, excluding weekends, Federal Holidays, and institution emergencies. Delivery address: UNICOR Terminal Island, 1299 Seaside Avenue, Terminal Island, California. Delivery Hours: 7:30AM to 10:30AM and 12:30PM to 2:00PM. Special instructions: Must call one day in advance before making delivery. Warehouse Point of Contact(s) are: Yolanda Lefore T: 310/732-5433 or Art Broughton T: 310/732-5455 or Raul Arceo T: 310/732-5454 or Fax: 310/732-5349. Variations in quantity per each delivery order are plus 5% / minus 0% for UNICOR Terminal Island. Items are due to UNICOR within the following calendar days after receipt of order: 15 calendar days for UNICOR Terminal Island. Delivery order limitations for the Angle Steel are: a minimum of 25 each per line item. The maximum quantities per order are 1000 per each line item or any combination of items in excess of 5,000 each. The contractor shall not be required to make any deliveries under this contract after 15 calendar days from contract expiration date. The Contractor is required to submit a Certificate of Conformance with each order. Interested contractors may submit a proposal to mailing address UNICOR Federal Prison Industries Inc., Industrial Products Group, 320 First Street, NW Washington, DC 20534 Attn: Alice Calabro, Room 6026; and (if Hand-carried, Federal Express, UPS, etc.) send to: UNICOR, Federal Prison Industries, Inc., Industrial Products Group, 400 First Street, 6th Floor, Room 6026 N.W., Washington, DC 20534. Attn: Alice Calabro, Contracting Officer. Reference the solicitation number on the outside of the package. The proposal will be evaluated by the following Best Value Criteria: Price, Past Performance, Technical, and Delivery. Lot 7 will result in an ?All or None? award. Offerors will submit initial prices along with the cost breakdown worksheets with the proposal by the closing date. Due to the Steel Market situation, UNICOR requests the contractors provide delivery lead time information. The following clauses are applicable to this solicitation: 52.204-6, Contractor Identification Number?Data Universal Numbering System (DUNS) Number; 52.212-1, Instruction to Offerors?Commercial Items; 52.212-2, Evaluation?Commercial Items; 52.212-3, Offeror?Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items; 52.215-5?Facsimile Proposals; 52.232-18, Availability of Funds; 52-232-33, Mandatory Information For Electronic Funds Transfer Payment; and JAR 2852.270-70, Contracting Officer?s Technical Representative; 52.215-5, Facsimile Proposals, Number 202/305-7353 or 7354. 52.242-15, Stop-Work Order; 52-249-1, Termination of Convenience of the Government Services; and 52.256-2; Inspection of Supplies?Fixed Price and 52.204-3, Taxpayer Identification, 52.216-18-Ordering; 52.216-19?Order Limitations; 52.216-21?Requirements; 52.219-6?Notice of Total Small business Set-Aside; 2852.201.70?Contracting Officer?s Technical Representative; 52.203-6?Restrictions on Subcontractor Sales to the Government; 52.203-7?Anti-Kickback Procedures; 52.203-10?Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8?Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26?Equal Opportunity; 52.222-35?Affirmative Action for Special Disabled and Vietam Era Veterans; 52.222-36?Affirmative Action for Handicapped Workers; 52.222-37?Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-9?Buy American Act; 52.219-23?Notice of Price Evaluation; 52.225-21?Buy American Trade Act- North American Free Trade Agreement Implementation Act; 52.222-21?Prohibition of Segregated Facilities; 52.252-2?Clauses Incorporated by Reference. The offeror is required to provide past performance information for the same or similar product from five of the most recent contracts, include the following information: Company name, contact person, telephone number, product/service provided, and dollar value of the contract. Offerors will submit signed and dated offers on Standard Form SF 1449 or Company letterhead stationary along with required certifications and representations, ACH Form. Facsimile proposals are acceptable at 202/305-7353 or 7354, to the attention of Alice Calabro, Contracting Officer. Offers must be received no later than Thursday, August 29, 2002 at 2:00PM ET. The proposal must include the company name, address, telephone number, technical description of the items being offered in sufficient detail to evaluate in compliance with the requirements in the solicitation, and a completed copy of Representation and Certifications?Commercial Items and acknowledge all amendments, if applicable. Offeror will hold prices firm for 60 calendar days from the bidding event date. If the offer is not submitted on a Standard Form SF 1449, submit the proposal on Company letterhead, with a statement specifying agreement with the terms and conditions stated in the solicitation. Offers that fail to furnish required representation and certifications or reject the terms and conditions of the solicitation may be excluded from consideration. All responsible/responsive contractors will be considered for award. Due to electronic payment procedures, all vendors must supply the company ACH information and TIN number. A completed ACH form is required prior to award. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer specified expiration date, the Government may accept an offer or part of an offer after its receipt unless a written notice or withdrawal is received before award. The offeror must specify business size. Specification documents cited in this solicitation may be obtained from the General Services Administration, Federal Supply Service Bureau, Specification Section, Suite 8100, 470 L?EnFant Plaza, SW, Washington, DC 20407. Telephone 202/619-8978. The solicitation package with the detailed specifications along with the Procurement forms and further information about the CBE will be made available at the UNICOR website: www.unicor.gov/procurement. Telephone requests will not be honored. For information regarding this solicitation you may contact Alice Calabro, Contracting Officer, Telephone 202/305-7331 or Fax 202/305-7353 or 7354. See Note 1.
 
Place of Performance
Address: UNICOR Terminal Island, 1299 Seaside Ave, terminal Island CA
Zip Code: 90731
Country: US
 
Record
SN00135121-W 20020809/020808084820 (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.