Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

83 -- Snaps & Grommets Equipment Lease

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
313312 — Textile and Fabric Finishing (except Broadwoven 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
CT1789-06
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
This is a combined synopsis/solicitation requirement 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; offers are being requested and a written solicitation will not be issued. The solicitation document CT1789 -06 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. The North American Industry Classification Code (NAICS) is 313312. UNICOR intends to enter into a One (1) year Base with two (2) options if exercised firm fixed price Requirements contract. Requested item(s) are as follows: SEE SECTION B ATTACHED for item description and estimated quantities. Delivery will be up to 30 days (ARO) from receipt of delivery order with Certificates of Conformance (COC). FAR 52.247-34 FOB Destination applies with a ship address of UNICOR, Federal Prison Industries, 2225 Haley Barbour Parkway, Yazoo City, MS 39194; Unicor Federal Prison Industries, 501 Gary Hill Road, Edgefield, SC 29824; Unicor, Federal Prison Industries, Lee County Industrial Park, Hickory Flats Road, Pennington Gap, VA 24277; Unicor, Federal Prison Industries, Rt 8, Fox Hollow Road, Manchester, KY 40962. THE REQUIRED DOCUMENTS ARE AS FOLLOWS: 1. A COPY OF THE SOLICITATION (Filled Out In Its Entirety); ALONG WITH AN ORIGINAL SIGNED COPY OF STANDARD FORM 1449, WITH BLOCKS 12, 17A, 30A, AND 30C COMPLETED 2. A SIGNED COPY OF ANY AMENDMENTS ISSUED PRIOR TO THE OFFER DUE DATE. 3. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS OR AN ACKNOWLEDGEMENT THE ONLINE REPS AND CERTS HAVE BEEN UPDATED 4. FPI9999-999.9, BUSINESS MANAGEMENT QUESTIONNAIRE (COMPLETED FOR 3 REFERENCES)??. Please provide contact information for the references listed http://www.unicor.gov/fpi_contracting/about_procurement/forms/. 5. ACH VENDOR/MISCELLANEOUS PAYMENT ENROLLMENT FORM 6. A LETTER ADDRESSING EACH ELEMENT OF EVALUATION FACTOR NUMBER TWO (TECHNICAL CAPABILITIES) (See 52.212-2, Evaluation-Commercial Items) Any questions or concerns regarding this solicitation MUST be addressed in writing or e-mail to the attention of John Carlock, Contracting Officer, jcarlock@central.unicor.gov. This is an ALL OR NONE REQUIREMENT FAR 52.246-15, Certificate of Conformance applies. FAR 52.252-2, Clauses Incorporated by Reference Provision FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. FAR52.212-2, Evaluation-Commercial Items applies. Evaluation of offers will be based on past performance, price and ability to meet specs. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 05) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003) DEVIATION, "This contract is not subject to the Contract 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 http://www.unicor.gov/fpi_contracting/vendors then select Deviation." FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies, which includes FAR 52.203-6. FAR 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS): ______________________applies. 52.233-3 Protest after Award FAR 52.216-18, Ordering, orders may be issued under the resulting contract from the date of award through three (3) years thereafter. FAR 52.216-19, Delivery Order Limitation applies with (a) minimum order of 5,000 each;(b)(1) maximum order for a single item in excess of 400,000 each;(b)(2) any order for a combination in excess of 400,000 each per line item , contractor will not be obligated to honor. Contractor will not be obligated to honor a series of orders from the same ordering office, within a 15 day period that together call for quantities exceeding the maximum order limitations. However, the contractor shall honor orders exceeding the maximum order limitations unless the order or orders is returned to the ordering office within seven (7) calendar days after issuance with a written statement expressing the contractors intent not to ship. FAR 52.216-21 Requirements, FAR 52.211-16 Variation in Quantity applies with 2% increase and 2% decrease. FAR 52,232-18 Availability of Funds applies. FAR 52.242-15 Stop Work applies. FAR 52.232-15 Progress Payments Not Included applies. Prospective contractors shall complete required registration in the Central Contractor Registration (CCR) database www.ccr.gov (see FAR 4.1102). ALL contractors MUST be registered at time of award with the Contractor Performance System at http://cps.od.nih.gov. Click on the hypertext link Registration for Existing Contracts under Contractor Information. Read the information provided on the page and click on the hypertext link https://cpscontractor.nih.gov. This will put you at the login screen of the Contractor Performance System. On the right side of the screen you will see the question, Registered to the NEW CPS yet? under Bulletins. Click on the hypertext link here and enter the required information. If you have questions, contact Technical Support at cps-support-l@list.nih.gov or call JoAnn, Paulette, or Alex at 301/451-2771. Future requirements may be added to the ensuing contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. The Government may make award without discussions; therefore, the offerors initial offer should contain best pricing. An award will be made based on best value to the Government. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 90 days from the date specified for receipt of offers. Offers or modifications to offerors after the exact time specified may not be considered. FPI 1000I1 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (MAY 1994) Supplement: LCL APPR (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 (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 (2) To foods which have been manufactured or processed in the (3) To chemical warfare protective clothing produced in the countries listed in subsection 225.872-1 of the Defense FAR Supplement. 52.215-6 Place of Performance (OCT 1997) (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 __________________________ __________________________ __________________________ __________________________ FPI 1000HI ECONOMIC PRICE ADJUSTMENT Supplement: LCL APPR Twelve [12] months after contract award date, contract prices for the succeeding twelve [12] month period may be adjusted in accordance with the change in the Producer Price Index for [metal products] (product code [WPS108) from the date of award to the date of adjustment. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST THIS ADJUSTMENT. Adjustments may be requested for a period not to exceed 10 days after the eligible adjustment date. Requests that are made after the 30-day limit will not be honored and the contract pricing will not be adjusted. The contractor shall submit any requests for adjustments in writing to the contracting officer. Requests shall include a copy of the relevant index and must be within the allowed time period for adjustment. Any adjustments authorized as a result of the adjustment request will not be retroactive. The date the completed request is received by the contracting officer will be the effective date of any changes in price. The contractor also is required to request downward price adjustments. All downward adjustments will be retroactive to the authorized adjustment date as specified in this clause. If downward price adjustments are not requested and this is later revealed through audits or otherwise, the contractor shall reimburse the Government the amount overcharged plus interest. Interest will be computed at the rate set annually by the Secretary of the Treasury for late contract payments. Interest will accrue from the date the adjustment should have been made. In computing any contract price adjustment, the most recently published index as of the date of award will be compared to the most recently published index as of the date of adjustment. No adjustment shall be made if the referenced change is less than 2%. Total upward adjustment for the contract period, including any option periods, shall not exceed TEN [10]%, based on the original or option period contract price; downward adjustments are not limited. Indices are available from the Bureau of Labor Statistics, 600 E Street N.W., 52.212-2 Evaluation - Commercial Items. (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance (3 references that you provided same or similar item(s)) 2. Technical Capabilities 2{a} Proposed resources available for Technical Assistance 2{b} Procedures for quality resolutions. 3. Price *****NOTE***** PLEASE SUBMIT A LETTER/MEMO WITH YOUR OFFER ADDRESSING EACH ELEMENT OF EVALUATION FACTOR NUMBER TWO (TECHNICAL CAPABILITIES). Tradeoff Process: It may be in the Governments 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. NOTE: Past Performance and Technical Capabilities, when combined, are significantly more important than cost or price. (b) 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 offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. OFFERORS ARE ADVISED THAT THE GOVERNMENT MAY EVALUATE PROPOSALS AND AWARD WITH OR WITHOUT DISCUSSIONS. THEREFORE, THE INITIAL PROPOSAL SHOULD CONTAIN THE OFFERORS BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. HOWEVER, THE GOVERNMENT RESERVES THE RIGHT TO CONDUCT DISCUSSIONS IF LATER DETERMINED BY THE CONTRACTING OFFICER TO BE NECESSARY. Domestic Products Products in this solicitation must be domestic only, manufactured in its entirety in the SOURCE SELECTION INFORMATION: All of the evaluation criteria in this section are Source Selection Information as per FAR 3.104. Offers may be submitted to Unicor, Federal Prison Industries, 400 1st Street, N.W., attn: John Carlock, Washington, DC 20534, faxed to (202)305-7344, or emailed to jcarlock@central.unicor.gov. Offers are due no later than September 15, 2006, 2:00 P.M. local time.
 
Place of Performance
Address: Unicor, FCC Yazoo City, 2225 Haley Barbour Parkway, Yazoo City, MS
Zip Code: 39194
Country: UNITED STATES
 
Record
SN01121911-W 20060824/060822220641 (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.