Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2004 FBO #1033
SOLICITATION NOTICE

81 -- Packaging Boxes

Notice Date
9/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
MT666-04
 
Response Due
10/19/2004
 
Archive Date
11/2/2004
 
Small Business Set-Aside
Total Small Business
 
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 01-17 effective October 20, 2003. The solicitation number is MT666-04 and this is a Request for Proposal. This requirement is 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 322211?Packaging Boxes and the small business standard size is 500 employees. Proposals are due in this office Tuesday, October 19, 2004 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 Cardboard packaging boxes at the following UNICOR, Federal Prison Industries, Inc. location: (Place of Performance): UNICOR Terminal Island in California. 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: Raul Arceo T: 310/732-5455 or Stan Haccou 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 Boxes are: a minimum of 5 each per line item. The maximum quantities per order are 500 per each line item or any combination of items in excess of 5,000 each. Deliveries to UNICOR, Federal Prison Industries, Terminal Island, CA must be accompanied by the following: A. Supplier?s Shipper, Packing List, Bill of Lading and /or Invoice (Shipping Documents) and B. Certificate of Compliance/Conformance (COC). The shipping documents should reflect only the material for each Purchase Order that is being delivered. All Shipping documents will include: UNICOR Purchase Order Number, Part Numbers, Description and /or Measurement Data, Number of Containers (Pallets, Skids, Boxes) delivered, and Unit of Issue (Qty) of material shipped. The Certificate of Compliance/Conformance (COC) will include: Supplier generated form indicating company address or manufacture address data, UNICOR Purchase order number, UNICOR part number, ASTM Standards/Specifications (If, Applicable), Governing Federal Specifications (If Applicable), Company Representative?s signature. Variations in quantity per each delivery order are plus 5% / minus 0% for UNICOR Terminal Island. 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, 7th Floor, Room 7001A; and (if Hand-carried, Federal Express, UPS, etc.) send to: UNICOR, Federal Prison Industries, Inc., Industrial Products Group, 400 First Street, 7th Floor, Room 7001A 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. Proposals will be evaluated on the basis of advantage and disadvantage to the Government that might result in more than one award. 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 Vietnam 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; 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003) DEVIATION. This contract is not subject to the Contracts Disputes act of 1978, as amended (41 U.S.C. 601-613). Disputes arising under or relating to this contract shall be resolved in accordance with clause FAR 52.233-1 Disputes (JUL 2002) (DEVIATION), which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract pending final resolution of any dispute arising under the contract. To view the full text clause FAR 52.233-1 Disputes (JUL 2002) (DEVIATION), go to www.unicor.gov, select Business Opportunities, then select Deviation. All contractors are required to be registered in the Contractor Performance System and must register at time of award at. Implementation of the Central Contractor Registration (CCR) is mandated and effective October 01, 2003.All contractors are required to register prior to award at or call 1/888-227-2423. 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 to the attention of Alice Calabro, Contracting Officer. Offers must be received no later than Tuesday, October 19, 2004 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 Solicitation closing 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. Offerors 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 will be made available at the UNICOR website:www.unicor.gov. Drawings are available and may be obtained via written request and faxed to 202/305-7353 or mailed to UNICOR, Federal Prison Industries, Inc., Procurement Branch, 400 First Street, NW, 7th Floor Room 7001A, Washington DC 20534 ATTN: Alice Calabro, Contracting Officer. Telephone requests will not be honored. The solicitation package is also available at website:www.eps.gov 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. See Note 1.
 
Place of Performance
Address: UNICOR Federal Prison Industries Inc, 1299 Seaside Avenue, Terminal Island CA
Zip Code: 90731
Country: US
 
Record
SN00679294-W 20040924/040922211720 (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.