Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

83 -- Nylon Cloth

Notice Date
2/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
313221 — Narrow 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
CT1695-05
 
Response Due
3/3/2005
 
Point of Contact
John Carlock, Contracting Officer, Phone 202-305-7390, Fax 202-305-7344,
 
E-Mail Address
jcarlock@central.unicor.gov
 
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; offers are being requested and a written solicitation will not be issued. The solicitation number is CT1695-05. This 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 01-27. The North American Industry Classification Code (NAICS) is 313221. SIC Code 2241. UNICOR intends to enter into a 3 year Requirements contract. Requested item(s) are as follows: SEE SECTION B ATTACHED for item description and estimated quantities. Delivery will be 60 days (ARO) from receipt of delivery order. FAR 52.247-34 FOB Destination applies. Delivery will be FOB Destination with a ship address of Federal Correctional Institution, FCI Miami, 15801 SW 137th Ave, Miami, FL 33177. Contracting Officer Representative (COTR) is Pete Diaz, (305)259-2469. FAR 52.246-15, Certificate of Conformance applies. Provision FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. FAR52.212-2, Evaluation-Commercial Items applies. Evaluation of offers will be based on past performance, price and ability to meet specs. Provision at FAR 52.212-3, Offer or Representations and Certifications-Commercial Items, must be completed and provided with offer, (IT IS IMPERATIVE THAT THIS FORM BE SUBMITTED). This Requirement is 100% Small Business Set-aside. FPI 1000E1,IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING SOURCE SELECTION Reference FAR Clause 52.246INSPECTION OF SUPPLIES FIXED(AUG 1996), paragraph (i) (1) AND (2), inspection of material to source sampling, the following clause titled: IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING is hereby incorporated into and made a part of this contract: (a) The offeror or bidder shall indicate in paragraph (e) below the name and address of the laboratory or laboratories where components or end items will be tested during the course of any resultant contract. A Qualified Laboratories List (QLL) is available through the Commander, DPSC, 2800 South 20th Street, Philadelphia, PA 19101, ATTN: DPSCPOL. Any laboratory proposed by the contractor not on the QLL is subject to the approval of the Contracting Officer. (b) The Government QAR will cut samples from a lot at the textile component source and send them for testing to the Qualified Laboratory (QL) cited below. (The acceptability of each lot will be determined through the testing of these samples). In addition, the QAR will simultaneously cut samples from the same rolls of material and send them to the DPSC Laboratory. For end items, duplicate samples will be drawn. Source sampling procedures are detailed further in DPSC Manual, Quality Systems Requirement, 4155.3, which is incorporated by reference. (c) The prime contractor will notify the DPSC Laboratory in writing at least ten (10) days in advance when lots are to be presented to allow Government witnessing of QL testing. If the Government intends to witness testing, a representative from the DPSC laboratory will notify the QL. In the absence of Government notification, testing should proceed as scheduled. (d) If a laboratory is removed from the QLL during the course of a contract, DPSC will perform the required testing for up to 30 calendar days from the date of removal. The contractor is responsible for securing the services of another QL during this period. The charge for testing will be the DPSC Laboratory's effective cost rate on the date of testing. (e) Any change in the laboratory (laboratories) specified below is prohibited unless approved in advance by the Contracting Officer: NAME AND ADDRESS OF LABORATORY: [ ]. COMPONENT IDENTIFY: [ ]. NAME AND ADDRESS COMPONENT SOURCE: [ ]. * When a single lot of material requires testing by more than one laboratory for difference characteristics, list the name of the secondary laboratory and test characteristics below: NAME AND ADDRESS OF LABORATORY: [ ]. COMPONENT IDENTIFY: [ ]. TEST CHARACTERISTICS: [ ]. (f) It is solely the prime contractor's responsibility to schedule QL testing and to obtain test reports. The cost of QL testing shall also be borne by the prime contractor. (g) Shipment of component materials to the prime contractor need not be deferred pending test results except when shade approval is required (see paragraph (h)). Cutting production lots without a passing QL test report on the corresponding samples is done at the contractor's own risk. (h) Shade evaluation is acceptance testing. Therefore, component lots may not be shipped to the prime contractor until the DPSC Laboratory accepts the shade of the material. Additional Requirements: DPSCM 4155.3 TOXICITY REQUIREMENT - The contractor is responsible and must assure that all components are made from non-toxic materials. The government reserves the right to verify that components are non-toxic in accordance with the following: a. TITLE 40, CODE OF FEDERAL REGULATIONS, 1994 EDITION Section 798.4100-Dermal Sensitization Section 798.44700 Primary Dermal Irritation Section 798.4500-Primary Eye Irritation Marzulli, F. & H. Maibach, Contact Allergy: Predictive Testing in Humans, Advances in Modern Toxicology, Volume 4, pp 353-372, 1977 b. As an alternative to animal and human testing, the contractor may provide information which certifies that components are composed of chemicals and/or materials which have been safely used commercially where prolonged skin contact has occurred. APPROVED FINISHES: The government is no longer responsible for publication of the list of approved finishes for textiles goods. The contractor is responsible to assure that chemical substances used to finish textile goods are non-toxic in accordance with the above provisions. All chemical finishes previously approved by the government for textile items do not require recertification of approval for use. Any substances not previously approved by the government or significant changes in existing products shall require verification testing by the U.S. Army Testing Command, Aberdeen Proving Grounds, Edgewood, MD. All finishes shall be identified and accompanied by the appropriate Material Safety Data Sheet(MSDS)information/EPA rating to verify compliance with the paragraph above before use. FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003) 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." 52.233-2 Service of Protest DEVIATION As prescribed in 33.106, insert the following provision: Service of Protest (Aug 1996) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, shall be filed with the Contracting Officer or with the Chief, Procurement Branch. Protests filed directly with the Contracting Office or the Chief, Procurement Branch, shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from John M. Carlock, Contracting Officer, 400 1st Street, N.W., Washington, DC 20534. (b) Contractor has the option to protest to the Chief, Procurement Branch (same address) within 10 days from receipt of an adverse response from the Contracting Officer. 52.233-3 Protest after Award DEVIATION As prescribed in 33.106(b), insert the following clause: Protest after Award (Aug 1996) (a) Upon receipt of a notice of protest (as defined in FAR 33.101) or a determination that a protest is likely (see FAR 33.102(d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop performance of the work called for by this contract. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stop-page. Upon receipt of the final decision in the protest, the Contracting Officer shall either- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work stoppage; provided, that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause. (f) If, as the result of the Contractor's intentional or negligent misstatement, misrepresentation, or miscertification, a protest related to this contract is sustained, and the Government pays costs, as provided in FAR 33.102(b)(2) the Government may require the Contractor to reimburse the Government the amount of such costs. In addition to any other remedy available, and pursuant to the requirements of Subpart 32.6, the Government may collect this debt by offsetting the amount against any payment due the Contractor under any contract between the Contractor and the Government. (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies, which includes FAR 52.203-6 FAR 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS): ______________________applies. FAR 52.216-18, Ordering, orders may be issued under the resulting contract from the date of award through three years thereafter. FAR 52.216-19, Delivery Order Limitation applies with (a) minimum order of 10,000 yards;(b)(1) maximum order for a single item in excess of 20,000 yards;(b)(2) any order for a combination in excess of 20,000 each/yards contractor will not be obligated to honor. Contractor will not be obligated to honor a series of orders from the same ordering office, within a 15 day period that together call for quantities exceeding the maximum order limitations. However, the contractor shall honor orders exceeding the maximum order limitations unless the order or orders is returned to the ordering office within seven (7) calendar days after issuance with a written statement expressing the contractor’s intent not to ship. FAR 52.216-21 Requirements, FAR 52.211-16 Variation in Quantity applies with 10% increase and 10% decrease. FAR 52,232-18 Availability of Funds applies. Clause 52.242-15 Stop Work applies. Provision 52.232-15 Progress Payments Not Included applies. FPI 1000I1 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (MAY 1994) Supplement: LCL APPR (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. FP9999.999-9, Business Management Questionnaire must be completed with a minimum of three references of contracts that are of similar size and complexity. FAR 52.211-2, Availability of Spec. Applies. Listed on the DOD Index of Specs. Applies. OMB Clearance 9000-0136 . Vendors shall submit signed and dated offers to UNICOR, Federal Prison Industries, 320 First Street, NW, Washington, DC 20534 ATTN: John M. Carlock, Contracting Officer. If hand carried, Federal Express or UPS, send to 400 First Street, 6th Floor, Washington, DC 20534, ATTN: John M. Carlock. Offers should be submitted on the SF 1449 along with Certifications and Representations and Business Questionnaire. Offers may be sent by facsimile at (202) 305-7344 to the attention of John Carlock, Contracting Officer. The date and time for receipt of proposals is March 03, 2005 @ 2:00PM. NO INCREMENTAL PRICING ALLOWED. Offers must indicate Solicitation Number CT1695-05, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address, and acknowledgment of all amendments, if any. Any offer submitted without the Business Questionnaire information or reject any of the terms and conditions of the solicitation may be excluded from consideration. FAR 4.1201(a), Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database www.ccr.gov (see FAR 4.1102). (b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA. To make a change that affects only one solicitation, contractors are required to complete the appropriate sections of FAR 52.212-(j) or 52.204-8 whichever is included in the solicitation. ALL contractors MUST be registered at time of award with the Contractor Performance System at http://cps.od.nih.gov. Click on the hypertext link ARegistration for Existing Contracts@ under AContractor Information@. Read the information provided on the page and click on the hypertext link https://cpscontractor.nih.gov. This will put you at the login screen of the Contractor Performance System. On the right side of the screen you will see the question, ARegistered to the NEW CPS yet?@ under ABulletins@. Click on the hypertext link Ahere@ and enter the required information. If you have questions, contact Technical Support at cps-support-l@list.nih.gov or call JoAnn, Paulette, or Alex at 301/451-2771. Future requirements may be added to the ensuing contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. The Government may make award without discussions; therefore, the offerors initial offer should contain best pricing. An award will be made based on best value to the Government. Past performance and technical ability when combined are significantly more important than price. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 days from the date specified for receipt of offers. Offers or modifications to offerors after the exact time specified may not be considered. Future requirements from a UNICOR factory may be modified to add items to this contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. Questions regarding this requirement MUST be addressed IN WRITING to the Contracting Officer at jcarlock@central.unicor.gov. All clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.arnet.gov/far. This synopsis/solicitation and necessary forms are available on the web site: http://www.unicor.gov/fpi_contracting/vendors. See note 1 and 9. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-APR-2005, 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/CT1695-05/listing.html)
 
Place of Performance
Address: Unicor, FCI Miami, 15801 SW 137th Avenue, Miami, FL
Zip Code: 33177
 
Record
SN00785519-F 20050410/050408214521 (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.