Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

83 -- ZIPPERS

Notice Date
11/26/2003
 
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
CT1633-04
 
Response Due
12/18/2003
 
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 CT1633-04 and is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. The North American Industry Classification System code is 339993 and small business size standard is 500 employees. UNICOR, Federal Prison Industries, Inc., intends to enter into a three-year, firm-fixed-price, indefinite delivery/indefinite quantity type contract for the following commercial items. The guaranteed minimum quantity for the life of the contract is 360,000 each. The maximum quantity requested is 2,600,000 each. The delivery order minimum is 9,000 each per month for the month zippers are ordered. For the months where there is no zipper order due, the order amount will be zero. The delivery order maximum is 57,000 each due in a one-month time frame. Delivery orders will be issued to cover up to seven (7) months; one delivery order can have several due date with the earliest due date as soon as 30 days from the delivery order date and the latest due date up to seven months from the delivery order date. ZIP0031 and ZIP0104 have a minimum combined usage of 6,000 each per month. The maximum combined usage is 38,000 each per month. We cannot state exactly how much of either size will be ordered at this time. The following zippers have a combined total minimum usage of 3,000 per month and a maximum usage of 19,000 per month: however, we cannot state exactly how much of each size will be ordered at this time: ZIP0032, ZIP0041, ZIP0042, ZIP0039, ZIP0040, ZIP0043, ZIP0054, ZIP0055, ZIP0101, ZIP0102, ZIP0105, ZIP0106, ZIP0107, ZIP0108, ZIP0109, ZIP0110, ZIP0111, ZIP0112, ZIP0113, ZIP0114, ZIP0115, ZIP0116. LINE ITEM DESCRIPTION: PLEASE REFER TO SECTION B OF THE SOLICITATION. The zippers are to be produced in accordance with Section B and Commercial Item Description (CID) A-A-55634 and Military Specification MIL-T-44189. THE THONGS MUST BE ATTACHED TO THE ZIPPER. BID SAMPLES ARE REQUIRED AND ARE A CONSIDERATION OF CONTRACT AWARD. SHOULD YOUR SAMPLE NOT BE SUBMITTED OR NOT RECEIVED AT THE APPROPRIATE LOCATION, YOUR OFFER WILL NO LONGER BE CONSIDERED. A SAMPLE OF ONE (1) 17 ˝ INCH BLACK LEG ZIPPER (ZIP0031-LINE ITEM 0001) AND ONE (1) 8 INCH BLACK FLY ZIPPER (ZIP0041-LINE ITEM 0004), IS REQUIRED FROM ALL OFFERORS EXCEPT THE INCUMBENT CONTRACTOR. The thongs must be attached to the zipper. SAMPLES SHALL BE RECEIVED NO LATER THAN DECEMBER 18, 2003 AT 2:00 PM. ALL SAMPLES SHALL BE SENT TO THE ATTENTION OF MELLISA RHINEHART, CONTRACTING OFFICER, UNICOR CLOTHING AND TEXTILES BUSINESS GROUP-6TH FLOOR, 400 FIRST STREET, NW, WASHINGTON, DC 20534. ALL SAMPLES SUBMITTED SHALL HAVE MARKED ON THE OUTSIDE OF THE PACKAGE “SAMPLE”, ALONG WITH THE SOLICITATION NUMBER. A CERTIFICATE OF CONFORMANCE SHALL BE INCLUDED WITH THE SAMPLE. THERE ARE NO EXEMPTIONS FROM OFFERING A SAMPLE. The samples will be visually examined and evaluated for the following: (1) Visual inspection to make sure the sample comply with the color requested (Black), Type I, Style-4, Size: 05, nylon or polyester continuous coil or laddet configuration, conforming to C.I.D. A-A-55634. (2) Inspected to ensure the sample is equipped with a thong. (3) The zippers will be measured with a tape measure or ruler to ensure the length is within tolerance. A Certificate of Conformance will be required to certify the samples examined comply with the specifications outlined in Section B and in accordance with C.I.D A-A-55634 AND MIL-T-44189. 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 IS ALL OR NONE. Please provide pricing for all line items listed in the solicitation. Offerors who fail to submit pricing for all line items will not be considered. REQUIRED DELIVERY SHALL BE 60 DAYS AFTER RECEIPT OF DELIVERY ORDER FOR THE FIRST INITIAL DELIVERY. SUBSEQUENT DELIVERY ORDERS WILL HAVE A DUE DATE AS EARLY AS 30 DAYS AFTER RECEIPT OF DELIVERY ORDER UP UNTIL AS LATE AS SEVEN (7) MONTHS FROM 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 +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: http://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; 52.214-20, Bid Samples; 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 ____________________ _______________________ ____________________ _______________________ 52.216-18, Ordering, Orders may be issued under the resulting contract from the date of award through three (3) 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 (9,000 each per month for the month zippers are ordered. For the months where there is no zipper order due, the order amount will be zero), 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 (57,000 each due in a one-month time frame. Delivery orders will be issued to cover up to seven (7) months; one delivery order can have several due date with the earliest due date as soon as 30 days from the delivery order date and the latest due date up to seven months from the delivery order date); (2) Any order for a combination of items in excess of the following: (ZIP0031 and ZIP0104 have a minimum combined usage of 6,000 each per month. The maximum combined usage is 38,000 each per month. We cannot state exactly how much of either size will be ordered at this time.) (The following zippers have a combined total minimum usage of 3,000 per month and a maximum usage of 19,000 per month: however, we cannot state exactly how much of each size will be ordered at this time: ZIP0032, ZIP0041, ZIP0042, ZIP0039, ZIP0040, ZIP0043, ZIP0054, ZIP0055, ZIP0101, ZIP0102, ZIP0105, ZIP0106, ZIP0107, ZIP0108, ZIP0109, ZIP0110, ZIP0111, ZIP0112, ZIP0113, ZIP0114, ZIP0115, ZIP0116). (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 339993. The small business size standard is 500 employees. 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, 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 UNICOR B FCI Manchester, Route 8, Fox Hollow Road, Manchester, KY 40962-The COTR for this location is Carl Wilson, Quality Assurance Manager, 606-598-1900 Ext. 4545. 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, Laura Chappell, at FCI Manchester, Telephone: 606-598-1900 Ext. 4533. 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 60 days after receipt of delivery order for the first initial delivery. Subsequent delivery orders will have a due date as early as 30 days after receipt of delivery order up until as late as seven (7) months from receipt of the delivery order. The period of performance for this contract will be from the date of award through three (3) 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 999.999-9, Business Management Questionnaire - This must be completed and provided with your offer- The document can be downloaded at the following website: http://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: http://www.unicor.gov/procurement/proforms.htm. Implementation of the Central Contractor Registration (CCR) will be mandated and effective October 1, 2003. ALL CONTRACTORS MUST REGISTER in the CCR prior to award. For additional information and to register, go to www.ccr.gov. All offers shall be submitted by the date and time specified (December 18, 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. The date and time for receipt of proposals is Thursday, December 18, 2003 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1633-04, 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 (December 18, 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. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-AUG-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/CT1633-04/listing.html)
 
Place of Performance
Address: FCI MANCHESTER ROUTE 8, FOX HOLLOW ROAD MANCHESTER, KY
Zip Code: 40962
Country: USA
 
Record
SN00643103-F 20040814/040812215635 (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.