Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2009 FBO #2890
SOLICITATION NOTICE

W -- Trailer Rental

Notice Date
10/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
FN1304-09
 
Archive Date
12/31/2009
 
Point of Contact
Nancy Keeler, Phone: 734-439-1511 ext 3372, Tatea L Cavanaugh, Phone: 202-305-7302
 
E-Mail Address
nancy@central.unicor.gov, tcavanaugh@central.unicor.gov
(nancy@central.unicor.gov, tcavanaugh@central.unicor.gov)
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is FN1304-09, and this solicitation is issued as a Request for Proposal (RFP). The offer solicitation issue date is October 21, 2009. The offer closing date is November 5, 2009 at 2:00pm EST. The solicitation document and incorporated provisions and clauses are those in effect through Federal Prison Acquisition Circular 2005-08. The Standard classification code SIC Code is 7519- Trailer Rental/Lease. UNICOR, Federal Prison Industries, Inc. Intends to enter into a five (5) year firm fixed price requirement type contract for Trailer Rental for FCC Coleman, Florida. UNICOR reserves the right to cancel the contract at any time if an alternate means of storage is obtained. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET ASIDE. Offers will be accepted from small business concerns only. The primary and alternate points of contact will be as follows: Nancy Keeler, Contract Specialist (Primary) Milan FCI 4002 E. Arkona Rd. Milan, MI 48160 734-439-1511 x 3372 nancy@central.unicor.gov Tatea Cavanaugh, Contract Specialist (Alternate) 400 First Street, 7 TH Floor Washington, DC 20534 tcavanaugh@central.unicor.gov NAICS Code 532120 Truck, Utility Trailer, and RV (recreational Vehicle) Rental and Leasing. The contractor will provide empty storage trailers to UNICOR as requested. UNICOR will utilize the trailers for storage of raw materials and subassemblies for production. Pricing is requested as follows: Trailer rental/lease per month for an estimated quantity of 25 storage trailers each. UNICOR may require a quantity between 1 and 25 storage trailers each at any given time. Pricing is also requested for trailer delivery (flat fee), and pricing for trailer pickup (flat fee). The trailers are required to be roadworthy and weatherproof. The trailers require tandem axles with an eight (8) foot inside floor dimension. Minimum trailer length is 45 feet. The trailers require (lockable) swing out or roll up doors. Cloth top or refrigeration unit trailers will not be allowed. The contractor will be responsible for the maintenance of the trailers. UNICOR will inspect each trailer as received and the contractor will be responsible for fixing or repairing any problems within 48 hours of notification or remove it from the premises with a replacement. The warehouse staff will fax a completed inspection sheet to the contractor with any problems and/or damages noted. UNICOR will be responsible for any damages incurred while it is in the possession of UNICOR. The contractor will be responsible for delivering and picking up a minimum of five (5)trailers within a five (5) day period. The UNICOR Warehouse Staff will be responsible for calling the contractor for pickups, deliveries and/or repairs. Due to the trailers being stored at the Federal Correctional Institution, UNICOR reserves the right to store the trailers off site if the situation arises. The minimum delivery order quantity is one (1) each and the maximum delivery order quantity is twenty-five (25) each. Initial delivery of trailers must be within fifteen (15) days of contract award. CONTRACT ADMINISTRATION DATA - JAR 2852.201-70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) Supplement: LCL APPR Edward Judy, UNICOR Maintenance Foreman The COTR is responsible, as applicable, for: receiving all deliverable's, 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. 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. ADMINISTERED BY: This contract will be administered by: UNICOR, 400 First Street, 7 th Floor, Washington, DC 20534, Tatea Cavanaugh. Written communications shall make reference to the contract number and shall be mailed to the above address. Offers shall indicate below the complete mailing address (including the nine digit ZIP code) to which remittance should be mailed if such address is other that shown in block 15A, Page 1 (Standard form 1449), they shall enter it below: Payee Name (Contractor):________________________ Check Remittance Address: Any Questions or problems regarding payment should be directed to the Business Manager at the following location: UNICOR FPI Central Acct Payable P.O. Box 4000 Butner, NC 27509-4000 NOTE TO VENDORS: IN ACCORDANCE WITH THE PROMPT PAYMENT ACT, INVOICES THAT DO NOT AGREE WITH THE PURCHASE ORDER/DELIVERY ORDER WILL BE RETURNED TO THE VENDOR AT THE ADDRESS LOCATED IN BLOCK 17A OF THE SF1449. Funds will be obligated by each delivery order and not by the contract itself. OMB 1103-0018 The following FAR clauses and provisions apply to this acquisition: 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS); 52.212-1 Instructions to Offers - Commercial; 52.212-2 Evaluation - Commercial Items, significant evaluation factors are past performance, ability to meet specification and price. Past performance and ability to meet specification are more important than price. 52.212-3 Offers Representations and Certifications - Commercial Items (MAR 05) IAW FAR 4.1201(a). 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, (APR 2005) which includes: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.232-33, Payments of Electronic Funds Transfer - Central Contractor Registration; 52.233-4 Applicable Law for Breach of contract claim 52.216-18, Ordering, orders may be issued under the resulting contract from date of award through five (5) years thereafter. I.9 Disputes (July 2002) (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 FAR52.233 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 52.233.2 Disputes (JUL 2002) (DEVIATION), go to http://www.unicor.gov/fpi contracting." 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-6 Restriction on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.208-4, Vehicle Lease Payments (4/84) 52.208-5, Condition of Leased Vehicles (4/84) 52.211-5 Material Requirements 52.211-16, Variation in Quantity =/-% 0 52.216-21, Requirements (OCT 1995) 52.217-6 Option for Increased Quantity 52.219-6 Notice of Total Small Business Set-Aside 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-3 Convict Labor 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). 52.223-14 Certification of Toxic Chemical Release Reporting 52.225-13 Restrictions on Certain Foreign Purchases 52.228-8, Liability and Insurance - Leased Motor Vehicles (5/99) 52.232-1 Payments ( APR 1984) 52.232-18, Availability of Funds; 52.232-25 Prompt Payment 52.232-34 Payment by Electronics Fund Transfer - Other than Central Contractor Registration 52.233-1 Disputes 52.233-3, Protest After Award 52.233-4 Applicable Law for Breach of Contract 52.244-6 Subcontracts for Commercial Items 52.244-6 Subcontracts for Commercial Items 52.246-2 Inspection of Supplies - Fixed Price 52.246-1 Contractor Inspection Requirements. APR 1984 52.246-15 Certificate of Performance 52.246-16 Responsibility for Supplies. APR 1984 52.247-34 F.O.B. Destination 52.249-2 Termination for Convenience 52.249-8 Default (Fixed-Price Supply and Services) 52.247-34, F.O.B. Destination, delivery shall be FOB DESTINATION TO UNICOR, Federal Correctional Complex, 846 NE 54th Terrace, Coleman, Fl 33521. Delivery hours are Monday Thru Friday 7:00am to 3:00pm EST excluding Federal holidays. Any shipping questions, call Leroy Simmons at 352-689-4293. 52.215-5 Facsimile Proposals Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: [insert telephone number]. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document -- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. F.3 52.211-11 Liquidated Damages - Supplies, Services, or Research and Development. (SEP 2000) FAR Clause 5 2.211-11 Liquidated Damages - Supplies, Services, or Research and Development. (SEP 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages not to exceed 10% per calendar week of delay on delivery orders. (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages not to exceed 10% per week of delay on delivery orders. UNICOR will issue purchase orders with pricing according to the assigned contract terms. If contractor fails to deliver product in a timely manner, the contracting officer will issue weekly past due reports to contractor with consideration (liquidated damages) amounts. The amounts will be tracked weekly and UNICOR will bill contractor quarterly for all liquidated damages for the previous three months. The contractor will issue UNICOR a credit with the spreadsheet generated by UNICOR Contract Specialist. A copy of the credit shall be submitted to the contract Specialist and to Kim Fereza at kfereza@central.unicor.gov If the credit is not received within 30 days, UNICOR account payable will deduct the overdue amounts from future vendor invoices. 52.223-13 Certification of Toxic Chemical Release Reporting (a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental Management, requires submission of this certification as a prerequisite for contract award. (b) By signing this offer, the offeror certifies that- (1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or (2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: [Check each block that is applicable.] [ ] (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65; [ ] (ii) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A); [ ] (iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA); [ ] (iv) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors: (A) Major group code 10 (except 1011, 1081, and 1094. (B) Major group code 12 (except 1241). (C) Major group codes 20 through 39. (D) Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil for the purpose of generating power for distribution in commerce). (E) Industry code 4953 (limited to facilities regulated under the Resource Conservation and Recovery Act, Subtitle C (42 U.S.C. 6921, et seq.), or 5169, or 5171, or 7389 (limited to facilities primarily engaged in solvent recovery services on a contract or fee basis); or [ ] (v) The facility is not located in the United States or its outlying areas. 52.225-18 Place of Manufacture a) Definitions. As used in this clause- " Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. 52.233-2 Service of Protest SERVICE OF PROTEST (SEPT 2006) (a)Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Tatea Cavanaugh, Contract Specialist 400 First Street, 7 TH Floor Washington, DC 20534 tcavanaugh@central.unicor.gov [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102) (b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. SECTION K - REPRESENTATIONS AND CERTIFICATIONS 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. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Although architect-engineer firms can voluntarily submit the Standard Form (SF) 330 Part II through ORCA, they still must submit this form to each agency for which it wants to be considered for projects that are not publicly announced. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your companies ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help. Teresa Sorrenti, IAE Program Manager Integrated Acquisition Environment, @011 Crystal Drive, Crystal Park 1, Suite 911, Arlington, VA 22202. Tel. 703-872-8600, Fax 703-872-8598, email integrated,acquisition@gsa.gov, http:egov.gsa.gov PROPOSAL SUBMISSION REQUIREMENTS: Offerors are required to submit the following information to be considered for award. Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, three (3) Business Management Questionnaires with recent and relevant contracts for the same or similar items IAW FAR 52.212-1 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 October 1, 2003. All contractors MUST register in the CCR prior to award and maintain registration on CCR through final payment. For additional information and to register, go to www.ccr.gov. Offerors may fax proposals to (734) 439-8759. Original proposal shall be received within 2 days of offer closing date. Closing date for FN1304-09 is November 5, 2009 at 2:00p.m.(EST). No late offers will be considered for award. Offerors shall submit signed and dated offers to UNICOR Federal Prison Industries, 4002 Arkona Road, Milan, MI 48160, Attn: Nancy Keeler, Contract Specialist, if sending UPS or Fedex. If sending offers via United States Postal Service please send to UNICOR Federal Prison Industries, PO Box 502, Milan, MI 48160 Attn: Nancy Keeler, Contract Specialist. This information shall be displayed on the outside of the envelope with the solicitation number and offer closing date. All offerors must acknowledge all amendments if any. Offerors received after the exact time and date specified will not be considered for award. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the government. The following factors shall be used to evaluate proposals: Past Performance, ability to meet specification and price. A written notice of award or acceptance of an offer will be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract. The announcement constitutes the only solicitation that is being issued. No copies of the solicitation will be mailed. All responsible offerors may submit a proposal which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FPI-UNICOR/MMB/FN1304-09/listing.html)
 
Place of Performance
Address: UNICOR Federal Prison Industries 846 NE54th Terace, Coleman, Florida, 33521, United States
Zip Code: 33521
 
Record
SN01989890-W 20091023/091021235547-3e6ad606bb3f6c41c74a0cd91362bb26 (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.