Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

83 -- Nylon Duck Cloth

Notice Date
6/5/2003
 
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
CT1605-03
 
Response Due
6/27/2003
 
Archive Date
7/12/2003
 
Point of Contact
Mellisa Rhinehart, Contracting Officer, Phone 202-305-3787, Fax 202-305-7344,
 
E-Mail Address
mrhine@central.unicor.gov
 
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 CT1605-03 is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The North American Industry Classification System code is 313210 and small business size standard is 1,000. UNICOR, Federal Prison Industries, Inc., intends to enter into a two-year, firm-fixed-price, indefinite delivery/indefinite quantity type contract for the following commercial items. The quantity requested is: FAB7023 ? 1,045,000 YARDS; FAB6900 ? 175,000 YARDS. The delivery order minimum is 10,000 YD (FAB7023) and 3,000 YD (FAB6900). The delivery order maximum is 30,000 YD (FAB7023) and 30,000 YD (FAB6900). The guaranteed minimum quantity is: FAB7023 ? 265,000 YARDS; FAB6900 ? 70,000 YARDS. NOTE: THE CONTRACTING OFFICER HAS OPTED TO CONDUCT A COMPETITIVE, ANONYMOUS, ON-LINE REVERSE AUCTION USING THE UNICOR QUICKSOURCE E-SOURCING WEBSITE. (SEE COMPLETE SOLICITATION FOR FURTHER INFORMATION) Item 0001 - ITEM NUMBER: FAB7023- M,7219-TYIII-CL3,NYLON-DUCK, 7.25OZ, CAMO, COLOR-CAMO-GR#483,OR-COLOR-CHIP-#34094 OF-FED-STD-595B. VERIFIED-PER-MIL-C-7219F, CLOTH, DUCK NYLON, 60" WIDE X 100 YARDS IN LENGTH 7.25 oz. PER SQUARE YARD. (SEE SECTION B FOR DETAILED INFORMATION) Item 0002 ? ITEM NUMBER: FAB6900- M,7219-TYIII-CL3,NYLON-DUCK, 7.25OZ,TAN COLOR:TAN-380,ROLL#3496, VERIFIED-PER-MIL-C-7219F, CLOTH, DUCK NYLON, 60" WIDE X 100 YARDS IN LENGTH 7.25 oz. PER SQUARE YARD. 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. THIS REQUIREMENT MAY RESULT IN A MULTIPLE AWARD. STATEMENT OF WORK/DESCRIPTION: It shall be a condition of this contract that the contractor build and maintain the following inventory levels and will agree to stock these inventory levels in their warehouse at no additional charge to UNICOR: FAB7023 ? 11,000 YARDS (The fabric shall be source inspected). FAB6900 ? 7,000 YARDS (The fabric shall be source inspected). The above-mentioned inventory will be maintained until advised in writing by the UNICOR Contracting Officer to reduce or at the expiration of the contract. All inventory held in stock at the time of contract expiration will be for the account of UNICOR, FCI Ray Brook, NY, USP Lee, VA, USP Pollock, LA, or FCI Edgefield, SC to be purchased within 30 calendar days of contract expiration. Inventory is to be built within 60 days after contract award. Prior to contract award, UNICOR reserves the right to a vendor site visit. DELIVERY SHALL BE 60 DAYS AFTER RECEIPT OF DELIVERY ORDER FOR THE FIRST INITIAL DELIVERY AND 15 DAYS AFTER RECEIPT OF DELIVERY ORDER FOR ALL SUBSEQUENT DELIVERIES. PUT-UP REQUIREMENT: Material shall be put up on rolls of 100 yards. The cloth shall be in one continuous piece of not less than 40 yards. 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 +2%/ -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 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 must be completed and provided with your offer- The document can be downloaded at the following Website: ?www.unicor.gov/procurement/proforms.htm?. 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; 52.215-6, Place of Performance, Please include the name and address of the supplier (s); (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ ] intends, [ ] does not intend [check applicable block] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information. (b) If the offeror or respondent checks ?intends? in paragraph (a) of this provision, it shall insert in the following spaces the required information: Place of Performance Name and Address of Owner (Street Address, City, and Operator of the Plant State, County, Zip Code) or Facility if Other than Offeror or Respondent ____________________ _______________________ ____________________ _______________________ 52.216-1, Type of Contract; The Government contemplates award of a Firm Fixed Price Indefinite Delivery/Indefinite Quantity type contract resulting from this solicitation. 52.216-18, Ordering, Orders may be issued under the resulting contract from the date of award through two (2) years thereafter; 52.216-19, Order Limitations. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 10,000 YD (FAB7023) and 3,000 YD (FAB6900) , the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of 30,000 YD (FAB7023) and 30,000 YD (FAB6900); (2) Any order for a combination of items in excess of 60,000 YD; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22, Indefinite Quantity; The Contractor shall not be required to make any deliveries under this contract after 30 days after contract expiration; 52.219-1, Small Business Program Representation; The North American Industry Classification System (NAICS) code for this acquisition is 313210. The small business size standard is 1,000. 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-22, Small Disadvantaged Business Status; 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting; 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting; 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; 52.223-11, Ozone-Depleting Substances; 52.232-15, Progress Payments Not Included; 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, Procurement Branch, 400 First Street, NW, 7th Floor, 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; 52.233-3, Protest after Award; 52.242-15, Stop-Work Order; 52.246-1, Contractor Inspection Requirements; 52.246-15, Certificate of Conformance; 52.246-16, Responsibility for Supplies; 52.247-34, F.O. B. Destination, Delivery shall be FOB destination to the following locations: (1) FCI Ray Brook, Old Ray Brook Road, Ray Brook, New York 12977-The COTR at FCI Ray Brook, NY is Mary Valley, Quality Assurance Manager, Telephone (518-891-5400 Ext. 443). (2) USP Lee, Lee County Industrial Park, Hickory Flats Road, Penington Gap, VA 24277. The COTR for USP Lee County, VA is to be determined. (3) USP Pollock, 1000 Air Base Road, Pollock, LA 71467-The COTR for USP Pollock, LA is to be determined. (4) FCI Edgefield, 501 Gary Hill Road, Edgefield, SC 29824-The COTR for FCI Edgefield, SC is Steve Harrison, AW, Telephone (803-637-1500 Ext. 1505). DELIVERY HOURS: Normal delivery hours are as follows: 7:30 am - 11:00 am and 12:00 noon - 2:30 pm, Monday through Friday, notwithstanding emergencies and Federal holidays. Any questions or problems regarding payment should be directed to the Business Manager at FCI Ray Brook, NY, Telephone: 518-891-5400 Ext. 431 or the Business Manager at USP Lee, VA, Telephone: 276-546-0150 or the Business Manager at USP Pollock, LA, Telephone: 318-561-5420 or the Business Manager at FCI Edgefield, SC, Telephone: 803-637-1500 Ext. 1509. 52.253-1, Computer Generated Forms; FPI 1000D, Packaging and Marking - Preservation, packaging, and marking for all items covered by this contract shall be in accordance with commercial practice and adequate to insure acceptance by common carrier and safe arrival at destination. The contract number should be on or adjacent to the exterior shipping label. Each package received must be marked for type and quantity. A Certificate of Conformance must accompany each shipment. All shipments should be labeled as follows: a. Vendor name b. Purchase Order number and/or Contract number c. Item description d. Item quantity and weight e. Other pertinent information. FPI 1000E1, Supplement: LCL APPR (7), IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING SOURCE SELECTION, Reference FAR Clause 52.2462, INSPECTION OF SUPPLIES  FIXEDPRICE (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: DPSCPOL. Any laboratory proposed by the contractor not on the QLL is subject to the approval of the Contracting Officer. (b) 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 (DPSCPOL #215'7377052) 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 shcedule 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 defereed 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. Additional Requirements: DPSCM 4155.3 TOXICITY REQUIREMENT - The contractor is responsible and must assure that all components are made from non-toxic materials. The government reserves the right to verify that components are non-toxic in accordance with the following: a. TITLE 40, CODE OF FEDERAL REGULATIONS, 1994 EDITION Section 798.4100-Dermal Sensitization, Section 798.44700 Primary Dermal Irritation, Section 798.4500-Primary Eye Irritation Marzulli, F. & H. Maibach, Contact Allergy: Predictive Testing in Humans?, Advances in Modern Toxicology, Volume 4, pp 353-372, 1977 b. As an alternative to animal and human testing, the contractor may provide information which certifies that components are composed of chemicals and/or materials which have been safely used commercially where prolonged skin contact has occurred. APPROVED FINISHES: The government is no longer responsible for publication of the list of approved finishes for textiles goods. The contractor is responsible to assure that chemical substances used to finish textile goods are non-toxic in accordance with the above provisions. All chemical finishes previously approved by the government for textile items do not require recertification of approval for use. Any substances not previously approved by the government or significant changes in existing products shall require verification testing by the U.S. Army Testing Command, Aberdeen Proving Grounds, Edgewood, MD. All finishes shall be identified and accompanied by the appropriate Material Safety Data Sheet (MSDS)information/EPA rating to verify compliance with the paragraph above before use. FPI 1000F1, Delivery Order - Orders shall customarily be made by phone, with subsequent written confirmation containing the following information: a. Date of order, b. Contract number and order number, c. Item number and description, quantity, and unit price, d. Delivery or performance date, e. Place of delivery, f. Shipping instructions g. Accounting data, h. Any other pertinent information. Delivery shall be 60 days after receipt of delivery order for the first initial delivery and 15 days after receipt of delivery order for all subsequent deliveries. The period of performance for this contract will be from the date of award through two (2) years. FPI 1000I1, Preferences for Certain Domestic Commodities, (a) The Contractor agrees to deliver under this contract only such of the following articles that have been grown, reprocessed, reused, or produced in the United States, its possessions, or Puerto Rico--(1) Food; (2) Clothing; (3) Tents, tarpaulins, or covers; (4) Cotton and other natural fiber products; (5) Woven silk or woven silk blends; (6) Spun silk yarn for cartridge cloth; (7) Synthetic fabric, and coated synthetic fabric; (8) Canvas products; (9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles); or (10) Any item of individual equipment manufactured from or containing such fibers, yarns, fabrics, or materials. (b) This clause does not apply-- (1) To supplies listed in FAR 25.108(d)(1), or other supplies for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices; (2) To foods which have been manufactured or processed in the United States, its possessions, or Puerto Rico; or (3) To chemical warfare protective clothing produced in the countries listed in subsection 225.872-1 of the Defense FAR Supplement; FPI 1000K2, SUBCONTRACT CERTIFICATION, This contract does ( ) does not ( ) provide for any subcontracting possibilities. If answer is in the affirmative, offeror will submit a subcontracting plan in accordance with the requirements of FAR 52.219-9, FPR Temp. Reg. 50; FPI 9999.999-9, Business Management Questionnaire - This must be completed and provided with your offer- The document can be downloaded at the following website: ?www.unicor.gov/procurement/proforms.htm?. 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 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 - This document can be downloaded at the following website: ?www.unicor.gov/procurement/proforms.htm?. All offers (EXCLUDING PRICING) shall be submitted via mail or federal express by the date and time specified (June 27, 2003 @ 2:00 PM) to the attention of Mellisa J. Rhinehart, 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. ALL REQUIRED DOCUMENTATION IS DUE BY THE CLOSING DATE AND TIME SPECIFIED WITH THE EXCEPTION OF THE PRICING. THE REQUIRED DOCUMENTS ARE AS FOLLOWS: 1. A COPY OF THE SOLICITATION (Filled Out); ALONG WITH AN ORIGINAL SIGNED COPY OF STANDARD FORM 1449, WITH BLOCKS 12, 17A, 30A, AND 30C COMPLETED (REMEMBER: DO NOT FILL IN PRICING INFORMATION IN SECTION B) 2. A SIGNED COPY OF ANY AMENDMENTS ISSUED PRIOR TO THE OFFER DUE DATE. 3. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS 4. FPI9999-999.9, BUSINESS MANAGEMENT QUESTIONNAIRE (COMPLETED FOR 3 REFERENCES) 5. ACH VENDOR/MISCELLANEOUS PAYMENT ENROLLMENT FORM - DO NOT SEND PRICES WITH THE PROPOSAL. NOTE: PRICES ARE TO BE SUBMITTED THROUGH A UNICOR QUICKSOURCE AUCTION VIA THE UNICOR QUICKSOURCE WEBSITE SCHEDULED FOR THURSDAY, JULY 24, 2003 AT 1:00 PM, EASTERN TIME. (SEE AUCTION INFORMATION IN THE COMPLETE SOLICITATION DOCUMENT) The date and time for receipt of proposals is Friday, June 27, 2003 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1605-03, 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 auction date. Offers or modifications shall be received by the date and time specified in this solicitation (June 27, 2003 @ 2:00 PM) or they shall not be considered for award. Questions regarding this requirement may be addressed in writing to Mellisa Rhinehart, mrhine@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: FCI RAY BROOK, OLD RAY BROOK ROAD, RAY BROOK, NY 12977; USP LEE, LEE COUNTY INDUSTRIAL PARK, HICKORY FLATS ROAD, PENINGTON GAP, VA 24277; USP POLLOCK, 1000 AIR BASE ROAD, POLLOCK, LA 71467; FCI EDGEFIELD, 501 GARY HILL ROAD, EDGEFIELD, SC 29824
Country: USA
 
Record
SN00340686-W 20030607/030605213301 (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  © 1994-2020, Loren Data Corp.