Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

36 -- Weaving Loom

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
333292 — Textile Machinery 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
CT1831-07
 
Response Due
3/23/2007
 
Archive Date
4/7/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. The solicitation number is CT1831-07, and this solicitation is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This requirement is for a rapier weaving loom. Solicitation will be posted on or about 3/12/2007. UNICOR, Federal Prison Industries, Inc. intends to enter into Definite Delivery/Definite Quantity contract. The period of performance for this requirement is 60 days. The delivery is required 150 days after receipt of contract award. THE QUANTITY AND LINE ITEM DESCRIPTIONS ARE STATED IN SECTION B OF THE SOLICITATION. (REFER TO SECTION B OF THE SOLICITATION) Machines are to be set up, sewn off, and tested prior to shipping. All machines shall be complete with table, motor & stand. Packaging of all machines should be, at a minimum, screwed/strapped down to the shipping pallet and shrink wrapped. Each machine shall include a sew-off sample to be evaluated upon delivery of the machine. JAR 2852.201-70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) (a) Greg Shotts, Contracting Officer is designated to act as Contracting Officer Technical Representative (COTR) under this contract. (b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payments. (c) The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes in writing and signed. The following FAR clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial (JAN 2006); 52.212-2, Evaluation - Commercial Items. (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: past performance, ability to conform to specifications and price. 52.212-3, Offeror Representations and Certifications - Commercial Items (JUNE 2006) 52.212-3, Offeror Representations and Certifications - Commercial Items - An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov.If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (I) of this provision. The complete document may be downloaded at the following website: http://www.acqnet.gov/far/. 52.212-4, Contract Terms and Conditions - Commercial(Items (OCT 2003) DEVIATION (d) "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 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.216-1, Type of Contract, The Government contemplates award of a Definite Delivery, Definite Quantity type contract resulting from this solicitation. 52.233-4, Applicable Law for Breach of Contract Claim, 52.246-1, Contractor Inspection Requirement; With the original invoice, the vendor will furnish the original Certificate of Conformance that will be signed by the person who has certification authority with their title and position included. A copy of this Certificate of Conformance and the packing slip will accompany each shipment. The furnishing of the Certificate of Conformance will be a condition of acceptance at destination and payment will not be made until it is received. Inspection and acceptance will be by FPI. 52.247-34, F.O.B. Destination, delivery shall be FOB DESTINATION to UNICOR-Federal Prison Industries,FPI Terre Haute, 4200 Bureau Road North,P.O. Box 33,Terre Haute, IN 47808. Delivery hours at each facility will be from 7:00 - 11:00A.M. and 11:30 A.M. - 2:20 P.M. local time, Monday thru Friday excluding Federal Holidays. FPI 1000H2 YEAR 2000 WARRANTY Supplement: LCL APPR (11) The Contractor represents that the following warranty applies to products licensed under this contract/order/BPA: The Contractor warrants that the products provided under this contract/order/BPA shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the manufacturer's standard commercial warranty or warranties contained in this contract or the applicable End User License Agreement, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include an obligation by the Contractor to repair or replace any such product whose non-compliance is discovered and made known to the contractor in writing at any time prior to July 1, 2007, or for a period of twelve months following acceptance, whichever is the later date. Nothing in this warranty shall be construed to limit any rights or remedies that the Government may otherwise have under this contract. This warranty shall not apply to products that do not require the processing of date/time data in order to function as specified in this contract/order/BPA. NOTE: DESCRIPTIVE LITERATURE IS REQUIRED TO BE SUBMITTED WITH YOUR PROPOSAL IF YOU ARE OFFERING OTHER THAN BRAND NAME EQUIPMENT (PLEASE SUBMIT BROCHURES/PAMPHLETS AND VOLTAGE REQUIREMENTS.) A minimum twelve (12) month warranty is required. Warranty information shall accompany each machine. All operating manuals will be required for these items. FPI 999.999-9, Business Management Questionnaire - This must be completed and provided with your offer- The document can be downloaded at the following website: http://www.unicor.gov/fpi_contracting/about_procurement/forms/ PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, three Business Management Questionaires with recent and relevant contracts for the same or similar items iaw FAR 52.212 (b) (10) for past performance evaluation, a completed copy of FPI 1000K2 Subcontract Certification (large businesses only), and an ACH form. A completed ACH form must be submitted with each solicitation package prior to contract award. Implementation of the Central Contractor Registration (CCR) was mandated effective ALL contractors MUST register with the Contractor Performance System (CPS) at time of award. This site will be used to input and store contractor performance. Go to website: http://cps.od.nih.gov. Click on hypertext Registration for Existing contractors listed under the column labeled Contractor Information. Read the information provided on the page and click the hypertext, https://cpscontractor.nih.gov/. This will put you at the login screen of the Contractor Performance System. On the right hand side of screen you will see the question, Registered to the NEW CPS yet? Click here to start 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, contact CPS support at cps-support-1@list.nih.gov or Jo Ann, Paulette, or Alex at (301)451-2771. Vendors shall submit signed and dated offers by mail to the attention of Tonia Ellen, Contracting Officer to Federal Prison Industries,Clothing and Textiles,400 1st Street,Washington D.C. 20034, be accepted with delivery to same address. Offers should be submitted on the SF1449. OMB Clearance 1103-0018. The date and time for receipt of proposals is April 19,2007, at 2:00 PM Central Standard Time. Offer must indicate Solicitation No. CT1831-07, time specified for receipt of offer, DUNS number, name, address and telephone number of offeror. Offer must include and acknowledge by signature all amendments, if any. All offers that fail to submit a hard copy of the above Representations and Certifications or to complete current representations and certifications maintained @ orca.bpn.gov, past performance information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions; therefore, the offerors initial offer should contain best pricing. Future requirements from a UNICOR factory 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. Award(s) will be based on best value to the Government with past performance significantly more important than price. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. All FAR forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.arnet.gov/far. This combined synopsis/solicitation and necessary forms are available on www.fedbizopps.gov or UNICORs web site: http://www.unicor.gov/fpi_contracting/about_procurement/forms/. 1st and 3rd forms are required. (ACH Form and Business Questionnaire Form) Questions regarding this requirement are to be addressed in writing to tellen@central.unicor.gov. See Note 1
 
Place of Performance
Address: FPI Terre Haute, 4200 Bureau Road North, P.O. Box 33, Terre Haute, IN
Zip Code: 47808
Country: UNITED STATES
 
Record
SN01247456-W 20070311/070309220740 (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.