Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2004 FBO #1063
SOLICITATION NOTICE

83 -- boxes - corrugated

Notice Date
10/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Miami, 15801 SW 137th Avenue, Miami, FL, 33196
 
ZIP Code
33196
 
Solicitation Number
ED0002-05
 
Response Due
11/9/2004
 
Archive Date
1/9/2005
 
Small Business Set-Aside
Total Small Business
 
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 ED0002-05 and is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-25. The North American Industrial Classification is 322211. The small business size standard is 500 employees. UNICOR, Federal Prison Industries, Inc. intends to enter into a 100% small business set-aside, two year firm-fixed price requirements contract for boxes. The quantity requested is as follows: PAC6462 - 30,000 each Line item description: please refer to section B of the solicitation. Delivery shall be FOB destination to UNICOR ? FCI Edgefield, 501 Gary Hill Road, Edgefield, S.C. 29824. Technical data is available upon request. Contact Steve Harrison, COTR, at 803-637-1505. 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. Required delivery shall be thirty (30) 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 +5%/-5%. 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 an 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. This document can be downloaded at the following website: http://www.unicor.gov/procurement/proforms.htm . 52-212-4, Contract Terms and Conditions-Commercial Items ? Deviation - This contract is not subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Disputes arising under or relating to this contract shall be resolved in accordance with clause FAR 52.233-1 Disputes (JUL 2002) (DEVIATION), which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. To view the full text clause FAR 52.233-1 Disputes(JUL 2002)(DEVIATION), go to www.unicor.gov select Business Opportunities, then select Deviation. 52.212-5, Contract Terms and Conditions Required to Implement Statutes 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. 52.216-18 Ordering ? Orders may be issued under the resulting contract from the date of award through two years thereafter. 52.216-19, Order Limitation, applies with the minimum order limitation per delivery order of 1,250 each and a maximum not to exceed 5,000 each. Contractor will not be obligated to honor a series of orders from the same ordering office, within a 10 day period that together call for quantities exceeding the maximum order limitations of this item. However, the contractor shall honor orders exceeding the maximum order limitation unless the order, or orders, is returned to the ordering office within seven calendar days after issuance with a written statement expressing the contractor's intent not to ship and the reason. 52.219.6 ? Notice of Total Small Business Set-Aside - Any award resulting from this solicitation will be made to a small business concern. 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 (FAR52.212-3), 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 All offers shall be submitted to Marcia Lott, Contract Specialist, UNICOR, Federal Prison Industries, 15801 S.W. 137th Avenue, Miami, FL 33177. In addition, they may be sent by facsimile at 305-259-2473 to the attention of Marcia Lott, Contract Specialist. The date and time for receipt of proposals is November 9, 2004 @ 2:00 P.M. Eastern Standard Time. Offer must indicate Solicitation# ED0002-05, date & time specified for receipt of offer (Friday, November 9, 2004 @ 2:00 P.M.), name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of 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. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Proposals or modifications to proposals received at the address specified for the receipt of proposals after the exact time specified may not be considered. Implementation of the Central Contractor Registration (CCR) is mandatory. All contractors must register in the CCR prior to award. For additional information and to register go to www.ccr.gov As mandated by the Department of Justice, all contractors must register in the NIH Contractor Performance System at the time of award. The web address is http://cps.nih.gov Questions regarding requirement may be addressed in writing to Marcia Lott, mlott@central.unicor.gov. All forms necessary to submit a proposal as well as all clauses and provisions referenced in this announcement may be accessed at the following web site: www.arnet.gov/far/current. Forms are available on web site: unicor.gov/procurement/proforms.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.dla.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) 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 the solicitation may be obtained from GSA, Federal Supply Service, Specification Section, Suite 8100, 470 LEnfant Plaza, SW, Washington DC 20407, Phone 202-619-8925 and Facsimile 202-619-8978.
 
Place of Performance
Address: UNICOR - FCI Edgefield, 501 Gary Hill Road, Edgefield, SC
Zip Code: 29824
Country: USA
 
Record
SN00697929-W 20041024/041022211831 (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.