Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

R -- R-Customer Liaison

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
VC0118-06
 
Response Due
2/10/2006
 
Archive Date
2/25/2006
 
Description
This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal being requested. Solicitation Number for this proposal is VC0118-06; this solicitation is issued as a Request for Quote (RFQ). This RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-08. The North American Industry Classification System (NAICS) is 541990. UNICOR, Federal Prison Industries, Inc., intends to enter into a Customer Liaison (Non-Personal) firm-fixed price requirements type contract for one (1) Base year and three (3), one (1) options if exercised for Federal Correctional Institution Victorville, CA. WORK STATEMENT: FCI Victorville is in need of a person to enhance our fleet vehicular program. This requirement will be considered a contractual arrangement and not a personnel appointment to a Federal job. It will be the responsibility of this person to pick up and deliver customer orders. This person must be fully knowledgeable of military vehicle components and commercial re-manufacturing programs. He/she will act as liaison between customers and UNICOR on customer inquiries and/or complaints. It is imperative that the incumbent have a full understanding of the extent of re-manufacturing each component has undergone to be able to explain those characteristics to customers and potential customers. It will also be necessary for the incumbent to screen Defense Re-utilization (DRMO) sites for potential cores to support the program. The prospective contractor will be required to do occasional non- mechanized lifting of component parts up to 70 pounds. They will also be expected to load and unload trucks utilizing various forms of material handling equipment to include articulating forklift vehicles. This person will be expected to identify component cores with little information to reference. This will be especially vital at DRMO sites as well as visiting customers. Work hours will be 10 to 60 hours per two week period, or as needed at varied proportions in a non specified day or week. They will be expected to hold a valid California Class "A" license and endorsements current at no cost to the government. Incumbent will drive government owned vehicles of various sizes to include 18 speed, split shift tractor-trailer pulling low-boy, flat bed and/or box trailer. The prospective contractor will be paid on a monthly basis, and will report to the Associate Ward of Industries and Education (AWI&E). This is a contractual arrangement and not a personnel appointment. Payment is based on the provision of an end product or the accomplishment of a specific result; Contractor will not be subject to government supervision, except for security-related matters. However, Contractor performance will be monitored closely; and this service does not constitute an employer/employee relationship. Services under this contract may be an intermittent or part-time irregular basis. Contract shall not exceed 30 hours per week. The contractor will not be responsible for inmate management. The contractor agrees to adhere to all regulations prescribed by the institution of the safety, custody, and conduct of inmates. The Government may observe the services as rendered by the contractor. The Government will not withhold any taxes and the contractor is not entitled to any fringe benefits. Results to be obtained will be entirely within the contractor?s own unsupervised determination. The following investigative procedures will be applied and all forms will be completed before an individual is permitted inside the Federal Correctional Institution: NCIC (National Crime Information Center Check); DOJ-99 (Name Check); FD-258 (Fingerprint Check); Law Enforcement Agency Check; Vouchering of Employers over past five years; Resume/Personal Qualifications; OPM-329-A (Authority for Release of Information). In addition to the above procedures, a urinalysis test is required (for detection of drug or marijuana use) before the contract is awarded. If the test is positive, the contractor will be disqualified from being awarded the contract. Prospective contractor must submit completed Automated Clearing House (ACH) form for electronic payments. This form can be obtained at: http://www.unicor.gov/fpi_contracting/about_procurement/forms/. The number of hours is estimated at 1,560 hours. THE QUANTITIES SHOWN IN THIS REQUIREMENT ARE ESTIMATES ONLY AND NOT AN ORDER, AND DO NOT OBLIGATE THE GOVERNMENT. FUNDS WILL BE OBLIGATED BY EACH DELIVERY ORDER AND NOT THE CONTRACT ITSELF. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through one base year and three, one year options if exercised thereafter. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for this contract will be Ronald Alexander. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, 13777 Expressway Blvd., Victorville, CA 92394, telephone (760) 246-2400. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under this contract sixty (60) calendar days after the expiration of this contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity of ten hours per delivery order. The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their proposal prices firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, must be included with your offer. Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. The following FAR Clauses also apply to this solicitation: 52.213-2 Invoices; 52.217-9 Option to Extend The Term of the Contract; 52.243-1 Changes Fixed Price; 52.223-6 Drug-Free Workplace; 52.253-1 Computer Generated Forms; 52.217-9 Option to Extend The Term of the Contract; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.228-5 Insurance-Work on a Government Installation; 28.303 Insurance Against Loss of or damage to Government Property; 28.306 Insurance under fixed-price contracts; 28.307-2 Liability (b)(2)(c); FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items PARAGRAPH (d) DISPUTES shall be deleted and replaced with ?DISPUTES? THIS CONTRACT IS NOT SUBJECT TO THE CONTRCT DISPUTES ACTS OF 1978, AS AMENDED (41 U.S.C. 601-613). DISPUTES ARISING UNDER OR RELATING TO THIS CONTRACT SHALL BE RESOLVED IN ACCORDANCE WITH THE CLAUSE AT FAR 52.233-1 DISPUTES (JUL 2002)(DEVIATION) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate offers: Past Performance and price when combined are all equal. The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. Offerors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are similar in scope to the requirement being evaluated. (List at least three (3) and no more than five (5) contracts for evaluation. References provided shall be for contracts performed within the past three (3) to five (5) years. All references provided may or may not be used in the evaluation of the contractor?s performance. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. FAR Subpart 4.11 Central Contractor Registration applies. FAR 52.52.212-1 Instructions to Offerors-Commercial Items (3)(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. FAR 52.204-6 Data Universal Numbering System (DUNS) Number applies. All Contractors MUST be registered in the Contractor Performance System (CPS). To register go to http://cps.od.nih.gov click on the hypertext ?Registration for Existing Contracts? listed under the column labeled ?Contractor Information,? read the information provided on the page and click the hypertext http://cpscontractor.nih.gov/, this will put you on the Login screen of the Contractor Performance System (CPS). On the right hand side of the screen you will see a question ?Registered to the New CPS yet?? Click here to start the process under the word ?BULLETINS.? Click the word ?here? which is in hypertext format. Enter the required information to register. If you have any questions you can contact CPS Support by E-Mail (cps-support-I@list.nih.gov) or call Jo Ann, Paulette or Alex on (301) 451-2771. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our web page http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. FAR 52.232-18, Availability of Funds applies. If offer is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitation to ATTN: Chyrel McPherson, Contracting Officer, RFQ Number VC0118-06, fax your offer to (202) 305-2091 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Friday, February 10, 2006, 2:00 p.m., Eastern Standard Time.
 
Record
SN00979730-W 20060205/060203211856 (fbodaily.com)
 
Source
FedBizOpps 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.