Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

71 -- Inner Springs, Metal Bed Frames, Post and Rails

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
337124 — Metal Household Furniture Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
MT767-07
 
Response Due
1/24/2007
 
Archive Date
2/8/2007
 
Description
This 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 the notice. This announcement constitutes the only solicitation being requested. This solicitation is issued as a Request for Quote (RFQ). The quote number for this solicitation is MT767-07. The RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-15. The North American Industry Classification System (NAICS) is 337124. UNICOR, Federal Prison Industries, Inc., (FCI Talladega, AL) intends to enter into a three (3) year firm-fixed price requirements type contract for the following items: LINE ITEM 0001, INNER SPRING FOR LOFT BED, 39" W X 80" L INNER SPRING FOR GSA BED 39" W X 80" L MUST BE TOOLESS HOOKLATCH SYSTEM TO CONNECT TO BEDPOST CHANNEL INSERT (UNICOR PART PLT1249) IN BOTH HEADBOARD AND FOOTBOARD. GSA TEST SPECIFICATION: GSA71-I-H, (LATEST REV.) GROUPS 1-2: GROUP 1.TEST REQUIRED FOR ALL BUNK BED DESIGNS A. ROLLER DEFLECTION TEST. B. STATIC FORCE TEST. C. END IMPACT FORCE TEST. GROUP 2. ADDITIONAL TEST REQUIRED FOR BUNK BEDS WITH SPRING UNIT. ESTIMATED QUANTITY 6,000 EACH. LINE ITEM 0002, FRAME, BED, METAL, ADJUST TWIN TO QUEEN. ESTIMATED QUANTITY 900 EACH. LINE ITEM 0003, 24" BED POST CHANNEL INSERT 24 IN (610MM) BED POST CHANNEL INSERT BACK VIEW SPECS. **NOTE: "MATERIAL OF THE BED POST CHANNEL INSERT IS MADE OF 2MM THICK STEEL. THERE ARE FOUR 4MM DIAMETER HOLES ON THE BACK SIDE OF THE BED POST CHANNEL INSERT AT PREDETERMINED SETTINGS." FROM THE BACKSIDE EDGE OF THE BED POST CHANNEL INSERT TO THE CENTER OF THE FIRST 4 MM DIAMETER HOLE IS 77 MM. FROM THE CENTER OF THE FIRST 4 MM DIAMETER HOLE TO THE CENTER OF THE SECOND 4 MM DIAMETER HOLES IS 152 MM. CONTINUE THE SAME MEASURING PROCESS THROUGH TO THE THIRD AND FOURTH 4 MM DIAMETER HOLES. FROM THE CENTER OF THE FOURTH 4 MM DIAMETER HOLE TO THE EDGE OF THE BED POST CHANNEL INSERT IS 77 MM. FRONT AND SIDE VIEW SPECS **NOTE:"THE BED POST CHANNEL INSERT IS SHAPED LIKE A CHANNEL.THE DEPTH OF THE BED POST CHANNEL INSERT SIDES ARE 30 MM.THE BACKSIDE OF BED POST CHANNEL INSERT IS 17MM WIDE. "THE 9 MM DIAMETER RODS THAT ARE PLACED BETWEEN THE BED POST CHANNEL INSERT SIDES AT INTERVAL SETTINGS ARE 9 MM FROM THE FRONT EDGE OF THE BED POST CHANNEL INSERT TO THE CENTER OF THE 9 MM DIAMETER RODS. ALL 9MM RODS MUST BE STATIONARY. FROM THE SIDE EDGE OF THE BED POST CHANNEL INSERT TO THE CENTER OF THE FIRST 9 MM DIAMETER ROD IS 39 MM. FROM THE CENTER OF THE FIRST 9 MM DIAMETER ROD TO THE TO THE CENTER OF THE SECOND 9 MM DIAMETER ROD IS 76 MM. CONTINUE THE SAME MEASURING PROCESS THROUGH TO THE SECOND, THIRD, FOURTH, FIFTH, SIXTH, SEVENTH, AND EIGHTH 9 MM DIAMETER RODS. FROM THE CENTER OF THE EIGHTH 9MM DIAMETER ROD TO THE SIDE EDGE OF THE BED POST CHANNEL INSERT IS 39 MM. ESTIMATED QUANTITY 50,000 EACH. LINE ITEM 0004, 36" BED POST CHANNEL INSERT 36 IN (914MM) BED POST CHANNEL INSERT BACK VIEW SPECS. **NOTE: "MATERIAL OF THE BED POST CHANNEL INSERT IS MADE OF 2MM THICK STEEL. THERE ARE SIX 4MM DIAMETER HOLES ON THE BACK SIDE OF THE BED POSTCHANNEL INSERT AT PREDETERMINED SETTINGS." FROM THE BACKSIDE EDGE OF THE BED POST CHANNEL INSERT TO THE CENTER OF THE FIRST 4MM DIAMETER HOLE IS 77 MM. FROM THE CENTER OF THE FIRST 4 MM DIAMETER HOLE TO THE CENTER OF THE SECOND 4 MM DIAMETER HOLES IS 152 MM. CONTINUE THE SAME MEASURING PROCESS THROUGH TO THE THIRD, FOURTH, FIFTH, AND SIXTH 4 MM DIAMETER HOLES. FROM THE CENTER OF THE SIXTH 4 MM DIAMETER HOLE TO THE EDGE OF THE BED PSOT CHANNEL INSERT IS 77 MM. FRONT AND SIDE VIEW SPECS. **NOTE: "THE BED POST CHANNEL INSERT IS SHAPED LIKE A CHANNEL.THE DEPTH OF THE BED POST CHANNEL INSERT RAILS SIDES ARE 30 MM.THE BACKSIDE OF THE BED POST CHANNEL INSERT IS 17 MM WIDE."THE 9 MM DIAMETER RODS THAT ARE PLACED BETWEEN THE BED POST CHANNEL INSERT RAIL SIDES AT INTERVAL SETTINGS ARE 9 MM FROM THE FRONT EDGE OF ADJUSTABLE BED RAIL TO THE CENTER OF THE 9 MM DIAMETER RODS. ALL 9MM RODS MUST BE STATIONARY. FROM THE SIDE EDGE OF THE BED POST CHANNEL INSERT TO THE CENTER OF TEH FIRST 9 MM DIAMETER ROD IS 39 MM. FROM THE CENTER OF THE FIRST 9 MM DIAMETER ROD TO THE CENTER OF THE SECOND 9 MM DIAMETER ROD IS 76 MM. CONTINUE THE SAME MEASURING PROCESS THROUGH TO THE SECOND, THIRD, FOURTH, FIFTH, SIXTH, SEVENTH, EIGHTH, NINTH, TENTH, ELEVENTH, AND TWELTH 9 MM DIAMETER RODS. FROM THE CENTER OF THE TWELTH 9MM DIAMETER ROD TO THE SIDE EDGE OF THE BED POST CHANNEL INSERT IS 39 MM. ESTIMATED QUANTITY 25,000 EACH. LINE ITEM 0005, 82" STABLIZER BED RAIL. REF# 039221385HB STABILIZER BED RAIL IS MADE OF 1/8 IN. THICK ANGLE IRON. OVERALL LENGTH OF STABILIZER BED RAIL IS 82 IN. LENGHT OF TOP SUPPORT PART OF STABILIZER BED RAIL IS A SOLID 78 3/4 IN. X 1 1/2 IN. X 2 IN. WIDE ANGLE IRON. LENGTH OF STABILIZER BED RAIL WITH A LOCK PLATE ATTACHED TO EACH END OF SIDE PART OF STABILIZER BED RAIL IS 82 IN. "LOCK PLATE IS MADE OF 1/8 IN.THICK IRON AND IS 4 ? IN. WIDE X 6 3/8 IN.LONG WITH 30 DEGREE ANGLE LENGTHWISE CUT, WITH A 2 IN.WIDE TAPERED END. WIDE PART OF LOCK PLATE HAS TWO 11/8 IN. DEEP X 3/8 IN. DIAMETER PRE CUT SLOTS (ONE ABOVE THE OTHER) DESIGNED TO LOCK PLATE ONTO BED POST CHANNEL INSERT. ESTIMATED QUANTITY 5,000 EACH. LINE ITEM 0006, INNER SPRING FOR LOFT BED, 36" W X 80" L INNER SPRING FOR GSA BED 36" W X 80" L. MUST BE TOOLESS HOOK LATCH SYSTEM TO CONNECT TO BEDPOST CHANNEL INSERT (UNICOR PART PLT1249) IN BOTH HEADBOARD AND FOOTBOARD. GSA TEST SPECIFICATION: GSA71-I-H, (LATEST REV.) GROUPS 1-2: GROUP 1. TEST REQUIRED FOR ALL BUNK BED DESIGNS. (A) ROLLER DEFLECTION TEST (B) STATIC FORCE TEST. (C) END IMPACT FORCE TEST. GROUP 2. ADDITIONAL TEST REQUIRED FOR BUNK BEDS WITH SPRING UNIT. ESTIMATED QUANTITY 6,000 EACH. 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. VENDOR IS REQUIRED TO SPECIFY THE ORIGIN OF THE PRODUCT PROVIDED IN THIS REQUIREMENT. Required delivery will be fifteen (15) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Correctional Institutional, Federal Prison Industries, 565 E. Renfroe Road, Talladega, AL 35160. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through three (3) years thereafter. The contractor will only deliver the items that have been designated by a delivery order. Items shipped without a delivery order will be returned at the contractor?s expense. Any supplies to be furnished under the contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI Talladega, AL and Central Office, Washington, DC with the exception of the COTR. FCI Talladega, AL delivery hours are 8:00 a.m. to 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for the contract will be Howard Williamson (FCI Talladega, AL). All invoices shall be forwarded to: Centralized Accounts Payable (CAP). Your invoice must reference the purchase delivery order number and a four letter plant code designation should be incorporated in the mailing address to: Centralized Accounts Payable (TDFT), to P.O. Box 4000, Butner, NC 27509-4000. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under the contract ffifteen (15) calendar days after the expiration of the contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity for $100.00 each per delivery order and a maximum delivery order for a single item is $600,000.00 and maximum delivery order for combination of line items are $200,000.00 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 quote firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Quoters-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 clauses also apply to this solicitation: The following clauses also apply to this solicitation: 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). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to the solicitation will be synopsized in the same manner as the solicitation and must be acknowledged by each vendor. This is an ?All or None? requirement. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate quotes: Past Performance (on time delivery) is 50%, price and specification (quality) when combined are equal to 50%. The quote conforms to the solicitation and is considered most advantageous to the Government. Vendors 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) three 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 Quoters-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 Vendor 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 vendor. Vendors 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. All Vendors 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. 52.217-2 Cancellation Under Multi-year Contracts and FAR 52.232-18, Availability of Funds applies. If quote 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 MT767-07, fax your quote to (202) 305-2091. All Quotes must be received on or before Wednesday, January 24, 2007, 2:00 p.m., Eastern Standard Time.
 
Record
SN01210961-W 20070114/070114185934 (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.