Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

96 -- Angle Steel

Notice Date
1/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
331111 — Iron and Steel Mills
 
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
MT768-07
 
Response Due
1/31/2007
 
Archive Date
2/15/2007
 
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 the notice. This announcement constitutes the only solicitation being requested. Solicitation Number for the Quote is MT768-07, the solicitation is issued as a Request for Quote (RFQ). 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 331111. United States Penitentiary, Federal Prison Industries, Inc., (UNICOR), intends to enter into a one (1) year firm-fixed price requirements type contract for angle steel . For the following: Line Item 0001, 1" X 1" X 1/8" T X 78"L, RR, ASTM-A499, ANGLE. UNICOR PART#ANS0086. LENGTH TOLERANCE: +/- 1/16" IN ACCORD WITH ASTM A499(LATEST REV). HOT ROLLED GRADE 50, REROLLED RAIL STEEL. MAXIMUM HARDNESS: ROCKWELL b-100. FREE FROM RUST, SCALE, BURRS, AND SHARP EDGES. BANDED IN LIFTS NOT TO EXCEED 5000 LBS. WITH 4"X4" LENGTHWISE HARDWOOD SKIDS FOR FORK LIFT UNLOADING FROM SIDE OF TRUCK. QC INSPECTION REQUIRED. Estimated Quantity 60,000 Each. Line item 002, 1" X 1" X 1/8" T X 64"L, RR, ASTM-A499, ANGLE UNICOR PART #ANS0101.LENGTH TOLERANCE: +/- 1/32" IN ACCORD WITH ASTM A4999(LATEST REV). HOT ROLLED GRADE 50,REROLLED RAIL STEEL MAXIMUM HARDNESS:ROCKWELL B-100. FREE FROM RUST, SCALE, BURRS, AND SHARP EDGES. BANDED IN LIFTS NOT TO EXCEED 5000 LBS. WITH 4" X 4" LENGTHWISE HARDWOOD SKIDS FOR FORKLIFT UNLOADING FROM SIDE OF TRUCK. QC INSPECTION REQUIRED. Estimated Quantity 6,000 Each. THE 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 United States Penitentiary, Federal Prison Industries, 2400 Robert F. Miller Driver, William Penn Road, Lewisburg, PA 17837. 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 one (1) year 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 USP Lewisburg, PA and Central Office, Washington, DC with the exception of the COTR. USP Lewisburg, PA delivery hours are Monday through Friday, 8:00 a.m. to 1:30 p.m.; Monday through Friday, notwithstanding emergencies and Federal holidays. No unloading between 10:30 a.m. to 11:30 a.m. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for the contract will be Doug Smay. All invoices are to be mailed to directly to Centralized Accounts Payable (CAP). The invoice must reference the delivery order number and a four letter plant code designation should be incorporated in the mailing address: Centralized Accounts Payable (LEMT), 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 fifteen (15) calendar days after the expiration of the contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity 500 each pounds per delivery order and a maximum delivery order single item is 15,000 each; and maximum delivery order for combination of line items are 30,000 each and coil 5,000 pounds per delivery order . 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. 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: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items applies. 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. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate quotes: Past Performance is 50%, price and specification/technical 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) 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. 52.204-4,Printed or Copied Doubled-Sided on Recycled Paper ; 52.204-7, Central Contractor Registration; and 52.247-34 F.o.b. Destination 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 MT768-07, to fax number (202) 305-2091. All quotes must be received on or before Wednesday, January 31, 2007, 2:00 p.m., Eastern Standard Time.
 
Record
SN01217185-W 20070125/070123220310 (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.