Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2003 FBO #0580
SOLICITATION NOTICE

83 -- THREAD

Notice Date
6/30/2003
 
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
CT1608
 
Response Due
7/15/2003
 
Archive Date
7/30/2003
 
Point of Contact
Carolyn Lee, Contracting Officer, Phone 202-305-3702, Fax 202-305-7344,
 
E-Mail Address
clee@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 CT1608-03. The 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 2001-14. The North American Industry Classification System (NAIC)code is 313312 and small business size standard is 1,000. UNICOR, Federal Prison Industries, Inc., intends to enter into a firm-fixed-price, indefinite delivery/indefinite quantity type contract for delivery to one location, USP Terre Haute, IN. The period of performance shall be one base year with one option year, if exercised. The product is a commercial item, Thread. The quantities requested are: Line Item 0001 - 120,000,000 YARDS (10,000 CONES) for the Base Year and Line Item 0002 - 120,000,000 YARDS (10,000 CONES)for the Option Year, if exercised. ITEM DESCRIPTION: THD0005 A-A-52094,CTT,WHT,30,I,3 UNICOR PART NUMBER: THD0005 DESCRIPTION: THREAD, COTTON PROCUREMENT SPEC: A-A-52094 TYPE: I SIZE: 30 PLY: 3 COLOR: WHITE UNIT OF MEASURE: CONE The delivery order minimum is 3,000,000 YD (250 CONES). The delivery order maximum is 18,000,000 YD (1,500 CONES). The guaranteed minimum quantity is: 24,000,000 YD (2,000 CONES) for each year. Deliveries shall be FOB Destination, USP Terre Haute, IN. THE PRODUCT IN THIS SOLICITATION MUST BE DOMESTIC ONLY, MANUFACTURED IN ITS ENTIRETY IN THE UNITED STATES OF AMERICA. IF FOREIGN PRODUCTS ARE OFFERED, THE OFFER WILL NOT BE CONSIDERED FOR AWARD. STATEMENT OF WORK/DESCRIPTION: It shall be a condition of this contract that the contractor maintain at all times 500 cones to ensure immediate delivery. Approximately six (6) months prior to expiration of the Base Year, UNICOR factory personnel shall monitor the consignment level and notify the contractor if they should continue to stock at a level of 500 cones. A written notification shall be sent to the contractor and a copy of the notice shall be sent to the Central Office Contracting Officer. UNICOR reserves the right to vist the vendors site prior to contract award. DELIVERY SHALL BE 21 DAYS AFTER RECEIPT OF 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 +10% /- 10%; 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 one (1) year with one option year, if exercised; 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 3,000,000 YD (250 CONES), 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 18,000,000 YD (1,500 CONES); (2) Any order for a combination of items in excess of 18,000,000 YD (1,500 CONES); 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; 52.217-9, Option To Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within ten (10) days of the end of the contract; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any option under this clause, shall not exceed five (5) years or 60 months. (End of clause) 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 location: USP Terre Haute, 4200 Bureau Road North, P.O. Box 33, Terre Haute, IN 47808. The COTR at USP Terre Haute, IN is James Tracy, Quality Assurance Manager, Telephone (812-238-1531 Ext. 586). DELIVERY HOURS: Normal delivery hours are as follows: 7:00 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, USP Terre Haute, IN, Telephone: 812-238-1531 Ext. 581. 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 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 21 days after receipt of delivery order. The period of performance for this contract will be from the date of award through one (1) year, with one option year, if exercised. 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; 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 (Offerors DUNS # must be included in Block 17a of the 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 shall be submitted via mail or Federal Express by the date and time specified (July 15, 2003 @ 2:00 PM) to the attention of Carolyn B. Lee, 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. 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 (include DUNS #), 30A, AND 30C COMPLETED 2. SECTION B 3. A SIGNED COPY OF ANY AMENDMENTS ISSUED PRIOR TO THE OFFER DUE DATE. 4. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS 5. FPI9999-999.9, BUSINESS MANAGEMENT QUESTIONNAIRE (COMPLETED FOR 3 REFERENCES) 6. ACH VENDOR/MISCELLANEOUS PAYMENT ENROLLMENT FORM. The date and time for receipt of proposals is Monday, July 15, 2003 @ 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1608-03, 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 (July 15, 2003 @ 2:00 PM) or they shall not be considered for award. Questions regarding this requirement may be addressed in writing to Carolyn B. Lee,clee@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 may be downloaded at two web sites: http://www.eps.gov or the UNICOR web site, http://www.unicor.gov/procurement/proclothing.htm. The required forms required to be submitted with your offer -- S.F.1449, ACH Form and Business Management Questionnaire Form -- may be downloaded at the unicor web site above. Interested parties may obtain copies of Federal Specifications and Standards, and Commercial Item Descriptions cited in this solicitation 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: USP TERRE HAUTE, 4200 BUREAU ROAD NORTH, TERRE HAUTE, IN
Zip Code: 47808
 
Record
SN00360094-W 20030702/030630213258 (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.