Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOLICITATION NOTICE

83 -- Sheeting

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
313210 — Broadwoven Fabric Mills
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
CT1661-04
 
Response Due
5/28/2004
 
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 CT1660-04. 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 2001-19. The North American Industry Classification System (NAIC)code is 337121 and small business size standard is 500. UNICOR, Federal Prison Industries, Inc., intends to enter into a firm-fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ)type contract for delivery to one location, USP Atlanta, GA. The period of performance shall be a Three-Year Base period with Two one-year options, if exercised. The product is a commercial item, Box Springs. The 3-Year Base Period quantities requested are: SPR0345- 10,500/EA, SPR0359- 7,500/EA, SPR0346- 13,500/EA, SPR0349- 10,500/EA, SPR0350- 8,100/EA, SPR0351- 24,000/EA, SPR0360- 6,000/EA. Quantities for each Option Year are: SPR0345- 3,500/EA, SPR0359- 2,500/EA, SPR0346- 4,500/EA, SPR0349- 3,500/EA, SPR0350- 2,700/EA, SPR0351- 8,000/EA, SPR0360- 2,000/EA. DELIVERY ORDER MINIMUM: 25/EA for a single item or a combination of items. DELIVERY ORDER MAXIMUM: 1,500/EA for a single item or a combination of items. The GUARANTEED MINIMUM QUANTITY for the life of the contract is 25/EA for a single item or a combination of items. Deliveries shall be FOB Destination, Atlanta, GA. DELIVERY SHALL BE 14 DAYS AFTER RECEIPT OF DELIVERY ORDER. Award will be made based on the aggregate of the base years and all option years, and the best value to the Government. Period of acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days. *****STATEMENT OF WORK/DESCRIPTION***** UNICOR PART NUMBER - SPR0345, BOXSPRING,T WIN, ONE-PIECE STEEL DESIGN, 10GA., EXTRA-HEAVY, GRID WIRE, 3 GA. HEAVY DUTY BORDER ROD WELDED TO GRID, COMPLETE WITH 5-SLAT WOOD FRAME. FINISH SIZE FOR BOX SPRINGS 38" x 75" NSN'S: 7210-01-325-0611 (NIGHTINGALE) 7210-01-324-8803 (ROYAL COURT) 7210-00-582-7540 (BARRACKS) UNICOR PART NUMBER: SPR0359 - BOXSPRING, DORMITORY, NOTCHED-WELDED, GRID TOP 9.5-GAUGE, HEAVY DUTY COILS, 35"X73-1/2", MOUNTED TO 8-SLAT WOODEN FRAME UNICOR PART NUMBER SPR0346 - BOXSPRING, TWIN, LONG, ONE-PIECE, STEEL DESIGN, 10GA., EXTRA HEAVY GRID WIRE, 3 GA. HEAVY DUTY BORDER ROD WELDED TO GRID, COMPLETE WITH 5-SLAT WOOD FRAME. FINISH SIZE FOR BOX SPRINGS 38" x 80" NSN'S: 7210-01-325-3698 (NIGHTINGALE) 7210-01-324-8804 (ROYAL COURT) 7210-00-110-8104 (BARRACKS) UNICOR PART NUMBER SPR0349 - BOXSPRING, FULL, ONE-PIECE STEEL DESIGN, 10GA., EXTRA-HEAVY GRID WIRE, 3 GA. HEAVY DUTY BORDER ROD WELDED TO GRID, COMPLETE WITH 5-SLAT WOOD FRAME. FINISH SIZE FOR BOX SPRINGS 53" x 75" NSN'S: 7210-01-325-0612 (NIGHTINGALE) 7210-01-324-8805 (ROYAL COURT) UNICOR PART NUMBER SPR0350 - BOXSPRING, QUEEN, ONE-PIECE STEEL DESIGN, 10-GA., EXTRA HEAVY GRID WIRE, 3 GA. HEAVY DUTY BORDER ROD WELDED TO GRID, COMPLETE WITH 5-SLAT WOOD FRAME. FINISH SIZE FOR BOX SPRINGS 60" x 80" NSN'S: 7210-01-325-0614 (NIGHTINGALE) 7210-01-324-8806 (ROYAL COURT) UNICOR PART NUMBER SPR0351 - BOXSPRING, FULL LONG, ONE-PIECE STEEL DESIGN, 10-GA. EXTRA HEAVY GRID WIRE, 3-GA. HEAVY DUTY BORDER ROD WELDED TO GRID, MOUNTED TO 5-SLAT WOODEN FRAME FINISH SIZE FOR BOX SPRINGS 53" x 80" NSN'S: 7210-01-325-0613 (NIGHTINGALE) 7210-01-324-7978 (ROYAL COURT) UNICOR PART NUMBER SPR0360 - BOXSPRING, DORMITORY, NOTCHED-WELDED, GRID TOP 9.5-GAUGE, HEAVY DUTY COILS, 35"X78-1/2", MOUNTED TO 8-SLAT WOODEN FRAME The following FAR clauses and provisions apply to this acquisition: 52.252-2, Solicitation Provisions Incorporated by Reference (2/98) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. 52.252-2, Clauses Incorporated by Reference (2/98) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at: www.arnet.gov/far 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.204-7, Central Contractor Registration; 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. 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 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 rated technical 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 your offer. The document may 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, the required information must be completed for the following: Place of Performance (Street Address, City, State, County, Zip Code)________________________________________________________________________________________ Name and Address of Owner and Operator of the Plant or Facility if Other than Offer 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 a base period of three (3) years with two one-year options, 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 25 EA. for a single item or a combination of items, 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 or a combination of items in excess of 1,500 EA, (2) Any order for a combination of items in excess of 1,500 EA; 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 of 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) 52.222-21, 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. 52.253-1, 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 Test Report and 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 14 days after receipt of delivery order. The period of performance for this contract shall be from the date of award through the base period of three (3) years with two one-year option periods, if exercised. FPI 9999.999-9, Business Management Questionnaire. This document must be completed and provided with your offer. ********PROPOSAL SUBMISSION REQUIREMENTS******** Each proposal package shall consist of the following completed and signed documents: (1) SF1449, (2) a signed copy of solicitation amendments, (3) a copy of FAR 52.212-3, Representations and Certifications for Commercial Items, (4) FPI9999-999.9, Business Management Questionnaire, (submit 3 references), and (5) ACH form. A completed ACH form must be on file prior to contract award. Offers shall be submitted via U.S. MAIL or OVERNIGHT DELIVERY to the attention of Carolyn B. Lee, Contracting Officer, UNICOR Clothing and Textiles-6th Floor, 400 First Street, NW, Washington, DC 20534. FACSIMILE OFFERS ARE NOT AUTHORIZED. Submit offer on the form, SF1449. OMB Clearance 9000-0136 expires 02/29/2004. All documents referenced in this paragraph may be accessed at the following web site: http://www.unicor.gov/procurement/proforms.htm. Offerors who fail to furnish required Representation and Certification information or reject the terms and conditions of the solicitation may be excluded from consideration. Implementation of the Central Contractor Registration (CCR)was effective October 1, 2003. ALL CONTRACTORS MUST BE REGISTERED in the CCR system PRIOR TO CONTRACT AWARD. Register at the CCR website www.ccr.gov. 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. ***ASTM specifications may be obtained by calling 610-832-9500.*** Questions regarding this requirement may be addressed in writing to Carolyn B. Lee, at clee@central.unicor.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FPI-UNICOR/MMB/CT1661-04/listing.html)
 
Record
SN00603224-F 20040616/040614212632 (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.