Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2002 FBO #0076
SOLICITATION NOTICE

81 -- STRETCH WRAP/BAGS

Notice Date
2/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
CT1493-02
 
Response Due
2/25/2002
 
Archive Date
3/12/2002
 
Point of Contact
Joscie Barnes, Contracting Officer, Phone 202-305-7268, Fax 202-305-7344,
 
E-Mail Address
jbarnes@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; proposals are being requested and a written solicitation will not be issued. The solicitation number is CT1493-02 and is issued as a Request For Proposals (RFP). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. This requirement is classified as a 100% Total Small Business Set-Aside-FAR 52.219-6 The North American Industry Classification System code is 31321 and small business size standard is 500. UNICOR, Federal Prison Industries, Inc., intends to enter into a three-year, firm-fixed-price, requirements type contract for the following commercial items. The quantity requested is: L/I 0001 - PKG0417 - 150,000 LB, L/I 0002 ? PKG0418 ?150,000 LBS, L/I 0003 ? PAC1617 ? 7500 EA, and L/I 0004 ? PAC1676 ? 3000 EA Item 0001 STRETCH-WRAP, 108", UNICOR PART #: PKG0419 DESCRIPTION: STRETCH WRAP, PROCUREMENT SPEC.: COMMERCIAL ITEM, MATERIAL: POLYETHYLENE FILM, DIMENSIONS: 108"(W)x3MM(T), WEIGHT: 300 LBS., COLOR: TRANSPARENT UNIT OF MEASURE: LBS. APPROX. 2500, LINEAR FEET PER ROLL SPECIAL INSTRUCTIONS: PUT UP IN 11"OD ROLLS ON CENTER CORE CARDBOARD TUBE, WITH 3"ID AND 1/4" WALL. MUST BE SUITABLE FOR USE WITH ANDERSON AMW-1, MATTRESS WRAPPER. Item 0002 STRETCH-WRAP, UNICOR PART #: PKG0419, PROCUREMENT SPEC.: COMMERCIAL ITEM, MATERIAL: POLYETHYLENE FILM, DIMENSIONS: 95"(W)x3MM(T), WEIGHT: 300 LBS., COLOR: TRANSPARENT, UNIT OF MEASURE: LBS. APPROX. 2500, LINEAR FEET PER ROLL, SPECIAL INSTRUCTIONS: PUT UP IN 11"OD, ROLLS ON CENTER CORE CARDBOARD TUBE, WITH 3"ID AND 1/4" WALL. MUST BE SUITABLE FOR USE WITH ANDERSON AMW-1, MATTRESS WRAPPER. Item 0003 BAG,IN ACCORDANCE WITH LP-378, Type 1, PLASTIC, UNICOR PART #: PAC1617, DESCRIPTION: PACKING, GRADE: A, B, OR C, STYLE: FINISH 1, SIZE: 46W"X90LX.003T, MATERIAL: PLASTIC, UNIT OF MEASURE: EACH Item 0004 BAG, IN ACCORDANCE WITH L-P-378, Type 1, PLASTIC, UNICOR PART NUMBER: PAC1676, DESCRIPTION: PACKING, STYLE: FINISH-1, GRADE: A, B, OR C, SIZE: L90"XW60"XT.003" (=.0005/-O), MATERIAL: PLASTIC, POLYETHYLENE, SPECIFIC GRAVITY 92, UNCOLORED FLAT, UNIT OF MEASURE: EACH ADDITIONAL REQUIREMENTS: BID SAMPLES ARE REQUIRED AND ARE A CONSIDERATION OF CONTRACT AWARD. SHOULD YOUR SAMPLE NOT BE SUBMITTED, YOUR OFFER WILL NO LONGER BE CONSIDERED. A SAMPLE OF EACH ITEM (LINE ITEM 0001 - 0004) IS REQUESTED FROM EACH OFFEROR TO DETERMINE PRODUCT QUALITY AND CONFORMANCE WITH SPECIFICATIONS. SAMPLES SHALL BE RECEIVED NOT LATER THAN FEBRUARY 25, 2002 AT 2:00 PM. ALL SAMPLES SHALL BE SENT TO THE ATTENTION OF MARK LARSON, FACTORY MANAGER, UNICOR FCI DUBLIN, CA 5701 8TH STREET, CAMP PARKS, DUBLIN, CA 94568. ALL SAMPLES SUBMITTED SHALL HAVE MARKED ON THE OUTSIDE OF THE PACKAGE "SAMPLE", ALONG WITH THE SOLICITATION NUMBER. THE INCUMBENT CONTRACTOR IS EXEMPT FROM PROVIDING A SAMPLE. THIS REQUIREMENT IS ALL OR NONE. PRODUCTS IN THIS SOLICITATION MUST BE DOMESTIC ONLY, MANUFACTURED IN ITS ENTIRETY IN THE UNITED STATES OF AMERICA. IF YOU OFFER FOREIGN PRODUCTS, YOUR OFFER WILL NOT BE CONSIDERED FOR AWARD. Required delivery shall be 30 days after receipt of the delivery order. The following FAR clauses and provisions apply to this acquisition: 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.211-16, Variation in Quantity, The permissible variation shall be +1%/ -0%; 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation - Commercial Items, significant evaluation factors are past performance, ability to conform to the specifications, and price. Past performance is significantly more important than cost or price. The Government may make award without discussions - therefore, the offeror's initial offer should contain the offeror's best pricing. Tradeoff Process: It may be in the Government=s best interest to consider award to other than the lowest priced offeror or other than the highest technical rated offeror. This process may include tradeoffs among cost/price and non-cost factors and allows the Government to accept other than the lowest priced proposal if the perceived benefits of the highest priced proposal are determined to merit the additional cost.; 52.212-3, Offeror Representations and Certifications - Commercial Items, this document must be completed and provided with offer; 52.212-4, Contract Terms and Conditions - Commercial Items; 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; 52.214-20, Bid Samples; 52.215-6, Place of Performance, Please include the name and address of the supplier; 52.216-1, Type of Contract ? This is a Firm Fixed Price Requirements type contract; 52.216-18, Ordering, orders may be issued under the resulting contract from the date of award through three (3) years thereafter; 52.216-19, Order Limitation applies with (a) minimum order of 600 LBS ? PKG0417, 600 LBS ? PKG0418, 175 EA ? PAC1617, 150 EA ? PAC1676 and (b)(2) the Contractor is not obligated to honor any order for a combination of items in excess of 5,000 yards. Contractor will not be obligated to honor a series of orders from the same ordering office, within a 10 day period that together call for quantities exceeding the maximum order limitations. The Contractor shall honor any orders exceeding the maximum order limitations unless the order, or orders, is returned to the ordering office within five calendar days after issuance with a written statement expressing the contractor=s intent not to ship; 52.216-21, Requirements - applies until 30 days after contract expiration date, 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-21, Prohibition of segregated facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-36, Payment by Third Party; 52.233-2, Service of Protest, Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from Richard A. Broadwater, Chief Procurement Policy Section, 400 First Street, NW, Washington, DC 20534. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 52.247-34 Destination, delivery shall be FOB destination to UNICOR B FCI Miami, Florida, 15801 SW 137TH Avenue, Miami, Florida 33177-1297BThe COTR at FCI Miami, FL is Pete Diaz, Telephone (305) 259-2469; and FPI 1000I1, Preferences for Certain Domestic Commodities, Should a full text copy of this clause be requested, please contact the Contracting Officer. PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, copy of current representations and certifications for commercial items (FAR 52.212-3), three (3) Business Management Questionnaires of contracts that are of similar or like items and an ACH form. A completed ACH form must be on file prior to contract award. All offers shall be submitted by the date and time specified (February 25, 2002 @ 2:00 PM) to the attention of Joscie L. Barnes, Contracting Officer, UNICOR Clothing and Textiles-6th Floor, 400 First Street, NW, Washington, DC 20534. Offers should be submitted on the SF1449. OMB Clearance 9000-0136 expires 02/29/2004. The date and time for receipt of proposals is Monday, February 25, 2002 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1493-02, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. All offerors that fail to furnish required representation and certification information or reject the terms and conditions of the solicitation may be excluded from consideration. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offerors must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications shall be received by the date and time specified in this solicitation (February 25, 2002 @ 2:00 PM) or they shall not be considered for award. Questions regarding this requirement may be addressed in writing to Joscie L. Barnes jbarnes@central.unicor.gov. 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 web site: http://www.eps.gov or http://www.unicor.gov/procurement/proclothing.htm. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.mil. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. Copies of Federal Specifications, Standards and Commercial Item Descriptions cited in this solicitation may be obtained from GSA, Federal Supply Service, Specifications Section, Suite 8100 470 LEnfant Plaza, SW, Washington, DC 20407, Phone: 202-619-8925 and Facsimile 202-619-8978.
 
Place of Performance
Address: UNICOR, FCI Dublin, CA, 5701 8th Street, Camp Parks, Dublin, CA
Zip Code: 94568
 
Record
SN00026634-W 20020216/020214213120 (fbodaily.com)
 
Source
FedBizOpps.gov 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.