Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31, 2001 PSA #2904
SOLICITATIONS

83 -- 100% POLY CLOTH

Notice Date
July 27, 2001
Contracting Office
Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material Mgt Branch, Washington, DC 20534-0001
ZIP Code
20534-0001
Solicitation Number
TX00078-01
Response Due
August 17, 2001
Point of Contact
John M. Carlock, Contracting Officer (202)305-7390 Fax: (202)305-7344
E-Mail Address
click here to contat the contracting officer via e-mail (jcarlock@central.unicor.gov)
Description
his 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 TX00078-01. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The North American Industry Classification Code (NAICS) is 31323. UNICOR intends to enter into a 1 year with 2-option years (if exercised) Indefinite Delivery Indefinite Quantity (IDIQ) type contract. This is an "ALL OR NONE" requirement. Requested item(s) are as follows: Line Item 0001, fabric, 100% tetra channel polyester fiber or equal, crepe fabric weighing 2.4 -- 2.7 ounces per linear yard when tested in accordance with ASTM-D-3776, Option C. Color is gray or natural. The width shall be 60" min. and 61" max. cuttable width. Meets commercial item description A-A-50527B. UNICOR MCS # FAB9457. Rolls must be marked with roll #, yardage, and product name. Packaging: rolls must be individually shipped in protective plastic and secured on pallets and movable by forklift. Packing list must state each roll # and yardage, our delivery order # and release #. Written physical test results or required testing: DD Form 1222 with shade evaluation results and Certificate of Conformance. Failure to submit these documents with each delivery order is grounds for non-acceptance of the shipment and may result in Termination of the contract. Estimated maximum quantity per year is 36,000 yards and the Guaranteed minimum quantity is 6,000 yards. Option years 1 and two have the same quantities as base year, please provide pricing for each year individually as separate line items. Delivery will be 90 days (ARO) from receipt of first delivery order and 30 days aro for all subsequent orders. FAR 52.247-34 FOB Destination applies. Delivery will be FOB Destination with a ship address of Federal Correctional Institution, UNICOR Federal Prison Industries, FCI Butner, Old Highway 75, Butner, NC 27509. Contracting Officer Technical Representative (COTR) is Dave Elsea telephone number is (919) 575-5000 ext 1203. FAR 52.246-15, Certificate of Conformance applies. Provision FPI 1000E1 IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING SOURCE SELECTION Supplement: LCL APPR applies Reference FAR Clause 52.246-2, INSPECTION OF SUPPLIES -- FIXED-PRICE (AUG 1996), paragraph (i) (1) AND (2), inspection of material to source sampling, the following clause titled IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING is hereby incorporated into and made a part of this contract: (a) The offeror or bidder shall indicate in paragraph (e) below the name and address of the laboratory or laboratories where components or end items will be tested during the course of any resultant contract. A Qualified Laboratories List (QLL) is available through the Commander, DPSC, 2800 South 20th Street, Philadelphia, PA 19101, ATTN: DPSC-POL. Any laboratory proposed by the contractor not on the QLL is subject to the approval of the Contracting Officer. (b) The Government QAR will cut samples from a lot at the textile component source and send them for testing to the Qualified Laboratory (QL) cited below. (The acceptability of each lot will be determined through the testing of these samples). In addition, the QAR will simultaneously cut samples from the same rolls of material and send them to the DPSC Laboratory. For end items, duplicate samples will be drawn. Source sampling procedures are detailed further in DPSC Manual, Quality Systems Requirement, 4155.3, which is incorporated by reference. (c) The prime contractor will notify the DPSC Laboratory (DPSC-POL #215-737-7052) in writing at least ten (10) days in advance when lots are to be presented to allow Government witnessing of QL testing. If the Government intends to witness testing, a representative from the DPSC laboratory will notify the QL. In the absence of Government notification, testing should proceed as scheduled. (d) If a laboratory is removed from the QLL during the course of a contract, DPSC will perform the required testing for up to 30 calendar days from the date of removal. The contractor is responsible for securing the services of another QL during this period. The charge for testing will be the DPSC Laboratory's effective cost rate on the date of testing. (e) Any change in the laboratory (laboratories) specified below is prohibited unless approved in advance by the Contracting Officer. NAME AND ADDRESS OF LABORATORY -- []. COMPONENT IDENTIFY * -- []. NAME AND ADDRESS COMPONENT SOURCE -- []. * When a single lot of material requires testing by more than one laboratory for difference characteristics, list the name of the secondary laboratory and test characteristics below: NAME AND ADDRESS OF LABORATORY -- []. COMPONENT IDENTIFY -- []. TEST CHARACTERISTICS -- []. (f) It is solely the prime contractor's responsibility to schedule QL testing and to obtain test reports. The cost of QL testing shall also be borne by the prime contractor. (g) Shipment of component materials to the prime contractor need not be deferred pending test results except when shade approval is required (see paragraph (h)). Cutting production lots without a passing QL test report on the corresponding samples is done at the contractor's own risk. (h) Shade evaluation is acceptance testing. Therefore, component lots may not be shipped to the prime contractor until the DPSC Laboratory accepts the shade of the material. FPI 1000I1 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (MAY 1994) Supplement: LCL APPR applies. 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. Provision 52.217-5 Evaluation of Options applies. Provision at FAR 52.212-3, Offer or Representations and Certifications-Commercial Items, must be completed and provided with offer, (IT IS IMPERATIVE THAT THIS FORM BE SUBMITTED). FAR 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, applies, which includes FAR 52.203-6 FAR 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS) applies. This is a DO rated order. FAR 52.211-14, Notice of Priority Rating for National Defense, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.217-9 Option to Extend the Term of Contract applies. FAR 52.216-18, Ordering, orders may be issued under the resulting contract from the date of award through three years thereafter. FAR 52.216-19, Delivery Order Limitation applies with (a) minimum order of 1,500 yards;(b)(1) maximum order for a single item in excess of 3,000 yards;(b)(2) any order for a combination in excess of 3,000 yards 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 7 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 contractor=s intent not to ship. FAR 52.216-22 Indefinite Quantity, FAR 52.211-16 Variation in Quantity applies with 5% increase and 5% decrease. FAR 52,232-18 Availability of Funds applies. FAR 52.232-33, Electronic Funds Transfer-Non Central Contract Registration. Clause 52.242-15 Stop Work applies. Provision 52.232-15 Progress Payments Not Included applies. FP9999.999-9, Business Management Questionnaire must be completed with a minimum of three references of contracts that are of similar size and complexity. FAR 52.211-2, Availability of Spec. Applies. Listed on the DOD Index of Specs. Applies. OMB Clearance 9000-0136 expires 9/30/01. Vendors shall submit signed and dated offers to UNICOR, Federal Prison Industries, 320 First Street, NW, Washington, DC 20534 ATTN: John M. Carlock, Contracting Officer. If hand carried, Federal Express or UPS, send to 400 First Street, 6th Floor, Washington, DC 20534, ATTN: John M. Carlock. Offers should be submitted on the SF 1449 along with Certifications and Representations and Business Questionnaire. Offers may be sent by facsimile at (202) 305-7344 to the attention of John Carlock, Contracting Officer. The date and time for receipt of proposals is August 17, 2001 @ 2:00PM. NO INCREMENTAL PRICING ALLOWED. Offers must indicate Solicitation Number TX00078-01, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address, a completed copy of Representations and Certifications at FAR 52.212-3, and acknowledgment of all amendments, if any. All offerors that fail to furnish required Representations and Certifications, Business Questionnaire 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. 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 60 days from the date specified for receipt of offers. Offers or modifications to offerors after the exact time specified may not be considered. Future requirements from a UNICOR factory may be modified to add items to this contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. Questions regarding a requirement may be addressed to Contracting Officer at jcarlock@central.unicor.gov All forms, clauses and provisions necessary to submit an offer may be accessed at the following web site:http://www.arnet.gov/far. This CBD synopsis/solicitation and necessary forms are available on the web site: http://www.unicor.gov/procurement/proclothing.html A completed ACH form must be on file prior to contract award. See Note 9.
Web Link
click here to download copy of solicitation/should (http://www.unicor.gov/procurement)
Record
Loren Data Corp. 20010731/83SOL001.HTM (W-208 SN50T195)

83 - Textiles, Leathers, Furs, Apparels, Shoe Findings, Tents and Flag Index  |  Issue Index |
Created on July 27, 2001 by Loren Data Corp. -- info@ld.com