Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2004 FBO #0828
SOLICITATION NOTICE

53 -- STEEL KEEPER W/SLIDE

Notice Date
9/15/2003
 
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
CT1622-03
 
Response Due
10/10/2003
 
Point of Contact
Mellisa Rhinehart, Contracting Officer, Phone 202-305-3787, Fax 202-305-7344,
 
E-Mail Address
mrhine@central.unicor.gov
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is CT1622-03 and is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The North American Industry Classification System code is 421710 and small business size standard is 100. UNICOR, Federal Prison Industries, Inc., intends to enter into a Firm Fixed Price Requirements type contract Anticipated from Date of Award thru Two (2) years with Two (2) option years, if exercised for the following commercial items. The quantity requested is as follows: The quantities are estimated. FCI RAY BROOK, NY HWS2913 2,811,600 EACH BASE YEAR HWS2913 1,405,800 EACH OPT YR 1 HWS2913 1,405,800 EACH OPT YR 2 USP LEE, VA HWS2913 3,960,000 EACH BASE YEAR HWS2913 1,980,000 EACH OPT YR 1 HWS2913 1,980,000 EACH OPT YR 2 USP POLLOCK, LA HWS2913 1,364,000 EACH BASE YEAR HWS2913 682,000 EACH OPT YR 1 HWS2913 682,000 EACH OPT YR 2 UNICOR PART NUMBER: HWS2913, M, 9890, TYX, KEEPER, W/SLIDE, STEEL, DESCRIPTION: HARDWARE SPECIALTY, ADJECTIVE :W/SLIDE, STEEL, UNIT OF MEASUREMENT: EACH, KEEPER WITH SLIDE, THE KEEPER WITH SLIDE SHALL BE STEEL, BLACK AND SHALL CONFORM TO TYPE X, OF MIL-H-9890E (GL) DATED JULY 29, 1988. THE KEEPER, BODY AND SLIDE FOR THE TYPE X HARDWARE SHALL BE STAMPED FROM STEEL SHEET OR STRIP (MEDIUM CARBON) AND SHALL CONFORM TO STEEL NUMBERS 1025-1050 OF QQ-5-700. THE HARDWARE SHALL BE ASSEMBLED SO THAT THE FORCE TO OPEN THE SLIDE FROM THE CLOSED POSITION SHALL BE FROM 2 TO 8 POUNDS WHEN TESTED. THE KEEPER WITH SLIDE SHOULD MEET ALL REQUIREMENTS OF MIL-H-9890E (GL) TO INCLUDE TABLES I,II,III, AND IV. CERTIFICATE OF CONFORMANCE AND RELATED DATA MUST PRECEDE OR ACCOMPANY THE SHIPMENT, SIGNED BY THE PERSON WHO HAS CERTIFICATION AUTHORITY (TITLE AND POSITION), WITH THE ORIGINAL INVOICE. A COPY OF THE CERTIFICATE OF CONFORMANCE AND THE PACKING SLIP SHALL BE A CONDITION OF ACCEPTANCE AT DESTINATION, AND PAYMENT SHALL NOT BE MADE UNTIL IT IS RECEIVED. INSPECTION AND ACCEPTANCE SHALL BE AT DESTINATION BY FPI. ALL DOCUMENTS RELATED TO THIS PURCHASE SHOULD REFERENCE THE QUANTITY AND PURCHASE ORDER NUMBER, ALONG WITH THE CONTRACT NUMBER. PRODUCTS IN THIS SOLICITATION MUST BE DOMESTIC ONLY, MANUFACTURED IN ITS ENTIRETY IN THE UNITED STATES OF AMERICA. IF YOU OFFER FOREIGN PRODUCTS, YOUR OFFER WILL NOT BE CONSIDERED FOR AWARD. DELIVERY SHALL BE 45 DAYS AFTER RECEIPT OF DELIVERY ORDER FOR THE FIRST INITIAL DELIVERY AND 30 DAYS AFTER RECEIPT OF DELIVERY ORDER FOR ALL SUBSEQUENT DELIVERIES. THIS REQUIREMENT IS ALL OR NONE. OFFERS MUST BE F.O.B. DESTINATION. STATEMENT OF WORK/DESCRIPTION: It shall be a condition of this contract that the contractor build and maintain the following inventory levels and will agree to stock these inventory levels in their warehouse at no additional charge to UNICOR: HWS2913 - 240,000 EACH (THIS QUANTITY MUST BE AVAILABLE FOR USE EACH MONTH) The above-mentioned inventory will be maintained until advised in writing by the UNICOR Contracting Officer to reduce or at the expiration of the contract. All inventory held in stock at the time of contract expiration will be for the account of UNICOR, FCI Ray Brook, NY, USP Lee, VA, or USP Pollock, LA to be purchased within 30 calendar days of contract expiration. Inventory is to be built within 45 days after contract award. Prior to contract award, UNICOR reserves the right to a vendor site visit. The following FAR clauses and provisions apply to this acquisition: 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.211-16, Variation in Quantity, The permissible variation shall be +2%/ -2%; 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation - Commercial Items, Significant evaluation factors are past performance, ability to conform to the specifications, and price. Past performance is significantly more important than cost or price. The Government may make award without discussions - therefore, the offeror=s initial offer should contain offeror=s best pricing. Tradeoff Process: It may be in the Government=s best interest to consider award to other than the lowest priced offeror or other than the highest technical rated offeror. This process may include tradeoffs among cost/price and non-cost factors and allows the Government to accept other than the lowest priced proposal if the perceived benefits of the highest priced proposal are determined to merit the additional cost.; 52.212-3, Offeror Representations and Certifications - Commercial Items, This must be completed and provided with your offer- The document can be downloaded at the following website: http://www.unicor.gov/procurement/proforms.htm. 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; 52.215-6, Place of Performance, Please include the name and address of the supplier (s); (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ ] intends, [ ] does not intend [check applicable block] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information. (b) If the offeror or respondent checks “intends” in paragraph (a) of this provision, it shall insert in the following spaces the required information: Place of Performance Name and Address of Owner (Street Address, City, and Operator of the Plant State, County, Zip Code) or Facility if Other than Offeror or Respondent ____________________ _______________________ ____________________ _______________________ 52.216-1, Type of Contract; 52.216-18, Ordering, Orders may be issued under the resulting contract from the date of award through two (2) base years with two (2) option years, if exercised; 52.216-19, Order Limitations, Order Limitation for (FCI RAY BROOK, NY) applies with (a) minimum order of 20,000 EACH (b) (1) the Contractor is not obligated to honor any order for a single item in excess of 120,000 EACH (b)(2) the Contractor is not obligated to honor any order for a combination of items in excess of 120,000 EACH. Order Limitations for (USP LEE, VA) applies with (a) minimum order of 50,000 EACH (b) (1) the Contractor is not obligated to honor any order for a single item in excess of 100,000 EACH (b)(2) the Contractor is not obligated to honor any order for a combination of items in excess of 100,000 EACH. Order Limitations for (USP POLLOCK, LA) applies with (a) minimum order of 1,000 EACH (b) (1) the Contractor is not obligated to honor any order for a single item in excess of 100,000 EACH (b)(2) the Contractor is not obligated to honor any order for a combination of items in excess of 100,000 EACH. 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. The Contractor shall honor any orders exceeding the maximum order limitations unless the order, or orders, is returned to the ordering office within five calendar days after issuance with a written statement expressing the contractor’s intent not to ship; 52.216-21, Requirements, The Contractor shall not be required to make any deliveries under this contract after 30 days after contract expiration; 52.217-9, Option to Extend the Term of the Contract, (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months/4 years. 52.219-1, Small Business Program Representation; The North American Industry Classification System (NAICS) code for this acquisition is 421710. The small business size standard is 100. 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-22, Small Disadvantaged Business Status; 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting; 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.223-11, Ozone-Depleting Substances; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-36, Payment by Third Party; 52.233-2, Service of Protest, Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from Richard A. Broadwater, Procurement Branch, 400 First Street, NW, Washington, DC 20534. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 52.233-3, Protest after Award; 52.242-15, Stop-Work Order; 52.246-1, Contractor Inspection Requirements; 52.246-15, Certificate of Conformance; 52.246-16, Responsibility for Supplies; 52.247-34, F.O. B. Destination, Delivery shall be FOB destination to the following locations: (1) FCI Ray Brook, Old Ray Brook Road, Ray Brook, New York 12977-The COTR at FCI Ray Brook, NY is Mary Valley, Quality Assurance Manager, Telephone (518-891-5400 Ext. 443). (2) USP Lee, Lee County Industrial Park, Hickory Flats Road, Penington Gap, VA 24277. The COTR for USP Lee County, VA is to be determined. (3) USP Pollock, 1000 Air Base Road, Pollock, LA 71467-The COTR for USP Pollock, LA is to be determined. DELIVERY HOURS: Normal delivery hours are as follows: 7:30 am - 11:00 am and 12:00 noon - 2:30 pm, Monday through Friday, notwithstanding emergencies and Federal holidays. Any questions or problems regarding payment should be directed to the Business Manager at FCI Ray Brook, NY, Telephone: 518-891-5400 Ext. 431 or the Business Manager at USP Lee, VA, Telephone: 276-546-0150 or the Business Manager at USP Pollock, LA, Telephone: 318-561-5420. 52.253-1, Computer Generated Forms; FPI 1000D, Packaging and Marking - Preservation, packaging, and marking for all items covered by this contract shall be in accordance with commercial practice and adequate to insure acceptance by common carrier and safe arrival at destination. The contract number should be on or adjacent to the exterior shipping label. Each package received must be marked for type and quantity. A Certificate of Conformance must accompany each shipment. All shipments should be labeled as follows: a. Vendor name b. Purchase Order number and/or Contract number c. Item description d. Item quantity and weight e. Other pertinent information FPI 1000F1, Delivery Order - Orders shall customarily be made by phone, with subsequent written confirmation containing the following information: a. Date of order b. Contract number and order number c. Item number and description, quantity, and unit price d. Delivery or performance date e. Place of delivery f. Shipping instructions g. Accounting data h. Any other pertinent information Delivery shall be 45 days after receipt of delivery order for the first initial delivery and 30 days after receipt of delivery order for all subsequent deliveries. The period of performance for this contract will be from the date of award through Two (2) years. If any options to extend the term of the contract are exercised, the period of performance shall extend through the end date of the option(s) (See FAR Clause 52.217-9). FPI 1000I1, Preferences for Certain Domestic Commodities, (a) The Contractor agrees to deliver under this contract only such of the following articles that have been grown, reprocessed, reused, or produced in the United States, its possessions, or Puerto Rico-- (1) Food; (2) Clothing; (3) Tents, tarpaulins, or covers; (4) Cotton and other natural fiber products; (5) Woven silk or woven silk blends; (6) Spun silk yarn for cartridge cloth; (7) Synthetic fabric, and coated synthetic fabric; (8) Canvas products; (9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles); or (10) Any item of individual equipment manufactured from or containing such fibers, yarns, fabrics, or materials. (b) This clause does not apply-- (1) To supplies listed in FAR 25.108(d)(1), or other supplies for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices; (2) To foods which have been manufactured or processed in the United States, its possessions, or Puerto Rico; or (3) To chemical warfare protective clothing produced in the countries listed in subsection 225.872-1 of the Defense FAR Supplement; FPI 1000K2, SUBCONTRACT CERTIFICATION, This contract does ( ) does not ( ) provide for any subcontracting possibilities. If answer is in the affirmative, offeror will submit a subcontracting plan in accordance with the requirements of FAR 52.219-9, FPR Temp. Reg. 50; FPI 999.999-9, Business Management Questionnaire - This must be completed and provided with your offer- The document can be downloaded at the following website: http://www.unicor.gov/procurement/proforms.htm. PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, copy of current representations and certifications for commercial items (FAR 52.212-3), three Business Management Questionnaires of contracts that are of similar or like items and an ACH form. A completed ACH form must be on file prior to contract award - This document can be downloaded at the following website: http://www.unicor.gov/procurement/proforms.htm. Implementation of the Central Contractor Registration (CCR) will be mandated and effective October 1, 2003. ALL CONTRACTORS MUST REGISTER in the CCR prior to award. For additional information and to register, go to www.ccr.gov. All offers shall be submitted by the date and time specified (October 10, 2003 @ 2:00 PM) to the attention of Mellisa J. Rhinehart, Contracting Officer, UNICOR Clothing and Textiles-6th Floor, 400 First Street, NW, Washington, DC 20534. Offers should be submitted on the SF1449. OMB Clearance Number 9000-0136 expires 02/29/2004. The date and time for receipt of proposals is Friday, October 10, 2003 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1622-03, 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. All offerors that fail to furnish required representation and certification information or reject the terms and conditions of the solicitation may be excluded from consideration. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offerors must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications shall be received by the date and time specified in this solicitation (October 10, 2003) or they shall not be considered for award. Questions regarding this requirement may be addressed in writing to Mellisa Rhinehart, mrhine@central.unicor.gov. 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 web site: http://www.eps.gov or http://www.unicor.gov/procurement/proclothing.htm. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.mil. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. Copies of Federal Specifications, Standards and Commercial Item Descriptions cited in this solicitation may be obtained from GSA, Federal Supply Service, Specifications Section, Suite 8100 470 LEnfant Plaza, SW, Washington, DC 20407, Phone: 202-619-8925 and Facsimile 202-619-8978. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FPI-UNICOR/MMB/CT1622-03/listing.html)
 
Place of Performance
Address: FCI RAY BROOK, OLD RAY BROOK ROAD, RAY BROOK, NY 12977. USP LEE, LEE COUNTY INDUSTRIAL PARK, HICKORY FLATS ROAD, PENINGTON GAP, VA 24277. USP POLLOCK, 1000 AIR BASE ROAD, POLLOCK, LA 71467.
Country: USA
 
Record
SN00534743-F 20040303/040301230450 (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.