Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2004 FBO #0937
SOLICITATION NOTICE

73 -- Starch, Industrial

Notice Date
6/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
311221 — Wet Corn Milling
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
CT1662
 
Response Due
7/1/2004
 
Archive Date
7/16/2004
 
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 CT1662-04. 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 2001-14. UNICOR, Federal Prison Industries, Inc., intends to enter into a firm-fixed-price, Requirements type contract for delivery to one location, USP Terre Haute, IN. The period of performance shall be three years. The product is a commercial item, Industrial Starch. The estimated quantities are: CHM0002 - 500,000 LBS. Guaranteed Minimum Quantity for the life of the contract is 60,000 LBS. Delivery Order Minimum is 10,000 LBS; Delivery Order Maximum is 20,000 LBS. This requirement is domestic only. A 12-month EPA clause will be added. ***STATEMENT OF WORK/DESCRIPTION***** UNICOR PART # CHM0002 - STARCH,INDUSTRIAL-CORN, ADJECTIVE: INDUSTRIAL, U/M: LB This cornstarch will be used in making sizing for yarns that are used in the UNICOR, weaving operation. The following applies: 1. Cornstarch must be Acid-Hydrolyzed, thin boiling to control viscosity. 2. Cornstarch must disperse easily to a smooth even suspension in cool water. 3. Qualitative visual inspection rating of clinging in the shed. Yarn ends must not hang together causing slack ends or excessive breaks. 4. Cornstarch must break cleanly after drying as not to cause the yarn to become hairy, thus causing the yarn ends to cling together. Bid samples are a condition of contract award. If not a UNICOR approved brand name product, a 1,000 pound sample is required for testing to ensure that the vendor's product is compatible with the manufacturing process at USP Terre Haute. Send samples to Terry Mill, UNICOR, FPI, 4200 Bureau Road North, Terre Haute, IN 47802. Samples shall be received on or before 2:00 P.M. on July 1, 2004. Samples will be used to size both pile and ground warps of yarn using the same manufacturer's materials. These materials will be loaded onto the same weaving machine to facilitate qualitative visual inspection of sized yarn while being woven. These materials also will be supplied to the finishing department to ensure that the vendor's material is compatible with the drying and bleaching process and will pass specification testing of finished goods. Testing will be done by James Tracy, Quality Assurance Manager. A Test Report and Material Safety Data Sheet (MSDS) is required with the samples. 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. 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--consequently, 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; 52.212-4, Contract Terms and Conditions - Commercial Items; (d), Disputes - is replaced with the following: 52.233-1 Disputes (July 2002) (DEVIATION) (a) This contract is not subject to the Contract Disputes Act of 1978 (41 U.S.C.601-613). (b) All disputes arising under or relating to this contract shall be resolved under this clause. (c) Claim. as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim. The submission may be converted to a claim by complying with the submission and certification requirements of this clause, if it is disputed either as a liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: .I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor.. (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For the Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the contractor, render a decision within 60 days of the request. For contractor-certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officers decision shall be final unless the Contractor appeals to the Chief, Procurement Branch, UNICOR, Federal Prison Industries within 90 days of the date of the Contractors receipt of the adverse decision. The decision of the Chief, Procurement Branch on a Contractors appeal will be final. (g) Within 10 days of the Contractors receipt of an adverse Contracting Officers decision on a claim, the Contractor may request, and Federal Prison Industries will participate in, non-binding alternative dispute resolution (ADR) by means mutually acceptable to the parties. Any ADR shall be completed within 60 days of the Contractors request, unless the parties agree to a longer period. A Contractors request for, and participation in, ADR will not toll the 90 day time limit within which to appeal an adverse Contracting Officers decision to the Chief, Procurement Branch. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having a defective certification, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. End of clause) 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: (1) Place of Performance (Street Address, City, State, County, Zip Code) ______________________________________________________________________________________________________________, (2) Name and Address of Owner and Operator of the Plant 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 three years; 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 LBS, 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 20,000 LBS. (2) Any order for a combination of items in excess of 20,000 LBS; 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. 52.216-21, Requirements, (10/1995); 52,219-1, Small Business Program Representation; The North American Industry Classification System (NaICS) code for this acquisition is 311221. The small business size standard is 750 employees. 52.210-8, 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. 52.242-15, Stop-Work Order 52.242-16, Responsibility for Supplies; 52.246-1, Contractor Inspection Requirements; 52.246-15, Certificate of Conformance; 52.247-34, F.O.B. Destination, Delivery shall be FOB destination to UNICOR, USP Terre Haute, 4200 Bureau Road North, Terre Haute, IN 47808 PH: 812-238-1531 ext. 590. The COTR is James Tracy, Quality Assurance Manager, 812-238-3586. Norman delivery hours are 7:30am-11:30a.m. and 12:30p.m.-2:30p.m. Monday through Friday, notwithstanding emergencies and Federal holidays; 52.253-1, Computer Generated Forms; FPI 1000D PACKAGING AND MARKING Supplement: LCL APPR 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 **********NOTE********** 1. Material is to be packaged in 50 LB. (fifty pound) bags. 2. Net weight of the skids shall be 2,000 lbs.-2,500 lbs. 3. All skids are to be shrink wrapped. FPI 1000F1 DELIVERY ORDER Supplement: LCL APPR 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 no later than 15 days after receipt of delivery order. The period of performance for this contract will be from the date of award through three (3)years. ***************************************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. All offers shall be received no later than July 1, 2004 at 2:00 P.M. Eastern Time, and must be sent 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. CCR -- 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. All documents referenced in this section 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. 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. Questions regarding this requirement may be addressed in writing to Carolyn B. Lee, at clee@central.unicor.gov.
 
Place of Performance
Address: USP TERRE HAUTE, 4200 BUREAU ROAD NORTH, TERRE HAUTE
Zip Code: 47802
Country: USA
 
Record
SN00606083-W 20040620/040618211818 (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.