Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2004 FBO #0986
SOLICITATION NOTICE

83 -- SLIDER TAPE & TABS

Notice Date
8/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
313221 — Narrow Fabric Mills
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
CT1678-04
 
Response Due
8/27/2004
 
Archive Date
12/15/2004
 
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 CT1678-04 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 2001-24. The North American Industry Classification System code is 313221. The small business size standard is 500 employees. UNICOR, Federal Prison Industries, Inc. intends to enter into a five year, firm-fixed-price, indefinite delivery/indefinite quantity type contract for slider tape/tabs. The quantity requested is 500,000 YARDS (TPE0333) and 450,000 EACH (TAB0201). The delivery order minimum is 1,000 YARDS (TPE0333); 1,000 EACH (TAB0201) and the delivery order maximum is 25,000 YARDS (TPE0333); 25,000 EACH (TAB0201). The guaranteed minimum quantity for the life of the contract is 1,000 YARDS (TPE0333); 1,000 EACH (TAB0201). LINE ITEM DESCRIPTION: PLEASE REFER TO SECTION B OF THE SOLICITATION. THIS REQUIREMENT IS ALL OR NONE. Please provide pricing for all line items listed in the solicitation. Offerors who fail to submit pricing for all line items will not be considered. 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. BID SAMPLES ARE REQUIRED AND ARE A CONSIDERATION OF CONTRACT AWARD. SHOULD YOUR SAMPLE NOT BE SUBMITTED OR NOT RECEIVED AT THE APPROPRIATE LOCATION, YOUR OFFER WILL NO LONGER BE CONSIDERED. A SAMPLE OF 300 YARDS OF TPE0333 AND 50 EACH OF TAB0201 IS REQUIRED FROM ALL OFFERORS EXCEPT THE INCUMBENT CONTRACTOR. SAMPLES SHALL BE RECEIVED NO LATER THAN AUGUST 27, 2004 AT 2:00 PM. ALL SAMPLES SHALL BE SENT TO THE ATTENTION OF MELLISA RHINEHART, CONTRACTING OFFICER, UNICOR CLOTHING AND TEXTILES BUSINESS GROUP-6TH FLOOR, 400 FIRST STREET, NW, WASHINGTON, DC 20534. ALL SAMPLES SUBMITTED SHALL HAVE MARKED ON THE OUTSIDE OF THE PACKAGE ?SAMPLE?, ALONG WITH THE SOLICITATION NUMBER. A CERTIFICATE OF CONFORMANCE SHALL BE INCLUDED WITH THE SAMPLE. THERE ARE NO EXEMPTIONS FROM OFFERING A SAMPLE. The samples will be visually examined and evaluated for the following: (1) Visual inspection to ensure the Slider Tape complies with MIL-C-24500A and A-A-59473, Type I. (2) The carrier tape shall be a continuous running piece of tape and fabricated from woven nylon. (3) The Slider Tape shall be a fabric not less than 20 mm and not greater than 25mm in width. (4) Individual carriers shall be spaced 125mm apart. (5) The color of the carrier tape shall be white. (6) The tab will be inspected to ensure it is 4 inches apart and 5 inch on center on each tab. The tabs shall be plastic opaque. A Certificate of Conformance will be required to certify the samples examined comply with the specifications outlined in Section B and in accordance with MIL-C-24500A and A-A-59473. REQUIRED DELIVERY SHALL BE 30 DAYS AFTER RECEIPT OF DELIVERY ORDER. 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 +1%/ -0%; 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 B 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; (PARAGRAPH (D) ?DISPUTES?, REPLACE WITH THE FOLLOWING: 52.233-1 Disputes (October 2003) (DEVIATION) (a) This contract is not subject to the Contract Disputes Act of 1978 (41 U.S.C.601-613). (b) All disputes arising under or relating to this contract shall be resolved under this clause. (c) ?Claim? as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim. The submission may be converted to a claim by complying with the submission and certification requirements of this clause, if it is disputed either as a liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: ?I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor?. (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For the Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the contractor, render a decision within 60 days of the request. For contractor-certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer?s decision shall be final unless the Contractor appeals to the Chief, Procurement Branch, UNICOR, Federal Prison Industries within 90 days of the date of the Contractor?s receipt of the adverse decision. The decision of the Chief, Procurement Branch on a Contractor?s appeal will be final. (g) Within 10 days of the Contractor?s receipt of an adverse Contracting Officer?s decision on a claim, the Contractor may request, and Federal Prison Industries will participate in, non-binding alternative dispute resolution (ADR) by means mutually acceptable to the parties. Any ADR shall be completed within 60 days of the Contractor?s request, unless the parties agree to a longer period. A Contractor?s request for, and participation in, ADR will not toll the 90 day time limit within which to appeal an adverse Contracting Officer?s decision to the Chief, Procurement Branch. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having a defective certification, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. 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; 52.214-20, Bid Samples; 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 ____________________ _______________________ ____________________ _______________________ 52.216-18, Ordering, Orders may be issued under the resulting contract from the date of award through five (5) years thereafter; 52.216-19, Order Limitations, Order Limitation applies with (a) minimum order of 1,000 YD/EA per line item (b) (1) the Contractor is not obligated to honor any order for a single item in excess of 25,000 YD/EA per line item (b)(2) the Contractor is not obligated to honor any order for a combination of items in excess of 25,000 YD AND 25,000 EA. 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; 52.216-22, Indefinite Quantity, The Contractor shall not be required to make any deliveries under this contract after 30 days after contract expiration; 52.219-1, Small Business Program Representation; The North American Industry Classification System (NAICS) code for this acquisition is 313221. The small business size standard is 500 employees. 52.219-22, Small Disadvantaged Business Status; 52.223-11, Ozone-Depleting Substances; 52.232-15, Progress Payments Not Included; 52.232-18, Availability of Funds; 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; 52.246-15, Certificate of Conformance; 52.246-16, Responsibility for Supplies; 52.247-34, F.O. B. Destination, Delivery shall be FOB destination to UNICOR, FCI Dublin, 5701 8th Street, Camp Parks, Dublin, CA 94568. The COTR is Orion Kidd, Quality Assurance Manager, Telephone 925-833-7538. Any questions or problems regarding payment should be directed to Linda Payne, Business Manager, 925-833-7533. 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; 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 30 days after receipt of delivery order. The period of performance for this contract will be from the date of award through five years. 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) was 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. As mandated by the Department of Justice, all contractors must register in the NIH Contractor Performance System at the time of award. The web address is: http://cps.od.nih.gov. All offers shall be submitted by the date and time specified (August 27, 2004 @ 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 9000-0136 expires 02/29/2004. The date and time for receipt of proposals is Friday, August 27, 2004 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1678-04, 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 (August 27, 2004 @ 2:00 PM) 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.dla.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.
 
Place of Performance
Address: UNICOR, FCI DUBLIN, 5701 8TH STREET, CAMP PARKS, DUBLIN, CA
Zip Code: 94568
Country: USA
 
Record
SN00638553-W 20040808/040806211957 (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.