Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2005 FBO #1276
SOLICITATION NOTICE

83 -- Thread

Notice Date
5/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
313113 — Thread 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
CT1727-05
 
Response Due
6/15/2005
 
Archive Date
6/30/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. The solicitation number assigned to this document is CT1727-05. This announcement constitutes the written solicitation. This is a full and open competitive Request for Proposal. The North American Industry Classification System Code is 313312. The type of contract award resulting from this solicitation is a three (3) year Indefinite Quantity Indefinite Delivery (IDIQ), type of contract for Federal Prison Industries (UNICOR). UNICOR is soliciting proposals for a vendor to provide Thread (Domestic Only: THE PRODUCT IN THIS SOLICITATION MUST BE DOMESTIC ONLY, MANUFACTURED IN IT?S ENTIRETY IN THE UNITED STATES OF AMERICA. IF FOREIGN PRODUCTS ARE OFFERED, THE OFFER WILL NOT BE CONSIDERED FOR AWARD) to F.O.B Destination: UNICOR, FPI, 4200 Bureau Road North, Terre Haute, IN 47808. The contractor must be able to supply Thread to UNICOR. The quantity requested as follows: THD0005-270,000,000 YARDS.Line Item Description: Line Item0001. A-A-52094,CTT,WHT,30,I,3 THD,A-A-52094,CTT,WHT,30,TY-I,3PLY UNICOR PART NUMBER: THD0005 DESCRIPTION: THREAD, COTTON PROCUREMENT SPEC: A-A-52094. TYPE: I SIZE: 30 PLY: 3 COLOR: WHITE. UNIT OF MEASURE: CONE Special Instruction: Consignment-Vendor must maintain 500 cones on hand for immediate shipment. Additional item description besides the spec. text: Color-Bleached white Cone size-12,000 yards per cone Offerors are advised that the Government intends to evaluate proposal and award on a ALL and NONE award basis. Offerors proposals shall include the following, or will be rejected. Point of contact and, telephone numbers. Period of performance is date of award through three (3) years. UNICOR will make an award to the offeror? submitting the proposal that represents the best value to the Government. Evaluations of a commercial item. 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 offerors initial offer should contain offerors best pricing. Tradeoff Process: It may be in the Governments 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. Best value will be determined by weighing proposals against the evaluation criteria of their Past Performance, and will be evaluated to assess the offerors?s willingness/ability to honor its contractual responsibilities and commitment to customer satisfaction. The evaluation of past performance will utilize information provided in the offrerors proposal, through interviews with previous customers, and other relevant information gathered from public records or any other sources. The following kinds of information maybe relevant to the evaluation of past performance: (i) conformance with specifications, (ii) quality standards of products, (iii) adherence to contract schedules. Award maybe made to the responsible offeror whose proposal is responsive to terms of the RFP and is most advantageous to the government. (ix) FAR provisions 52.212-2 Evaluation-Commercial Items applies to this solicitation and the following evaluation criteria have been mentioned above. (x) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items applies to this acquisition with the following addenda: Paragraph (b) the following FAR Clause are hereby incorporate by reference: 52.233-1, 52.222-35, 52.222-36, 52.222-37, 52.216-18, 52 ?Ordering?, 52.216-19 ?Ordering Limitations?. The Delivery acceptance is 21 calendar days after receipt of each delivery order. The Government reserves the right to conduct discussions if later determines by the Contracting Officer to be necessary. The date and time for receipt of proposals is Wednesday, June 15, 2005 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1727-05, 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. Vendors may submit a signed and dated Federal Express, mailed, or hand carried proposal to: UNICOR, Federal Prison Industries, Inc., Clothing & Textiles Group, 400 First Street, NW, Washington, DC 20534, 6th Floor, Attn.: Moses Pettigrew All proposal must reference the solicitation number and due date for receipt of proposals. In addition to this, each proposal must contain the name, address, telephone number of offeror, technical description of item offered, any discount terms that are offered and the remittance address (if different from current mailing address). Offeror must hold unit prices firm in its offer for 60 calendars days from date specified for receipt. 52.212-3, Offeror Representations and Certifications - Commercial Items. This must be completed and provided with your offer- (See Section K). If offer is not submitted on a SF1449 submit on company letterhead with a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Section K Effective January 1, 2005, all offers are required to complete Section K, Representations and certifications by logging onto http://orca.bpn.gov as part of the proposal submission process . You are required to key in your DUNS# and MPIN to gain access to the representations and certifications. Your MPIN is the nine digit code containing one alpha character and one number (no special character or spaces). The MPIN is created, by you, in your company CCR record when your CCR registration has been completed. You can add your representations and certifications and update using this site. It is the offerors responsibility to ensure data is up to date at all. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Although architect-engineer firms can voluntarily submit the Standard Form (SF) 330 Part II through ORCA, they still must submit this form to each agency for which it wants to be considered for projects that are not publicly announced. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help. Failure to provide information and/or reject terms and conditions of the solicitation may exclude offer from being considered. The small business size standard is 1000 employees. This solicitation document, incorporates clauses and provisions that are in effect through the Federal Acquisition Regulation (FAR) and Federal Acquisition Circular No. 01 27 as follows: FAR 52.216 18 Ordering: Such delivery orders shall be issued by or authorized at FCI Miami, FL excluding the Contracting Officer Technical Representative (COTR). Delivery Hours: 8:00 AM 2:30 PM, Monday thru Friday notwithstanding emergencies and Federal Holidays. 52.211 16 Variation in Quantity:+ 10% increase and 10% decrease apply to each delivery order. 52.216 19 Order Limitation: The delivery order limitations are (a) Minimum Order is 3,000,000 yards (250 cones)per line item (b) Maximum Order is 18,000,000 yards (1,500 cones)per line item. Contractor is not obligated to honor orders which exceed 18,000,000 yards per line item. 52.216 21 Requirements: The Contractor shall not be required to make any deliveries under this contract after 45 days beyond contract expiration. 52.213 2 Invoices: Invoices shall be submitted to the Business Manager at UNICOR, USP Terre Haute, 4200 Bureau Road North, Terre Haute, IN 47808; Telephone No: 812 238-3585. 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 21 days after receipt of delivery order. The period of performance for this contract will be from the date of award through three years. Delivery Hours: 7:00am-11:00am 11:30am-2:30pm weekdays, No Holidays. JAR 2852.201.70 CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) Patty Bauer, is hereby designated to act as Contracting Officer?s Technical Representative (COTR) under this contract. The COTR is responsible, applicable for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payments. The COTR does not have the ability to alter the contractor?s obligations under the contract, or modify any of the express terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue changes in writing and signed. ADMINISTERED BY: This contract will be administered by: UNICOR, Federal Prison Industries, Inc. Clothing & Textiles Branch 320 First Street, N.W. Washington, DC 20534-0001 ATTN: Moses Pettigrew, Contracting Officer (202) 305-3702 Written communications shall make reference to the contract number and shall be mailed to the above address. ADDRESS TO WHICH REMITTANCE SHOULD BE MAILED: Offeror shall indicate below the complete mailing address (include the nine digit ZIP code) to which remittance should be mailed if such address is other than that shown in Block 15A, Page 1 (Standard Form 33), they shall enter it below: (a) Payee Name (Contractor) :______________________ (b) Check Remittance Address: ____________________________________________ ____________________________________________ ____________________________________________ ____________________________________________ Any questions or problems regarding payment should be directed to the Business Manager at the following locations: UNICOR, USP Terre Haute, 4200 Bureau Road North, Terre Haute, IN 47808 ATTN: Dennis Larsen, 812-238-3581 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 (ORCA WEBSITE)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. Implementation of the Central Contractor Registration (CCR) was 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. 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.od.nih.gov. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Questions regarding this requirement may be addressed in writing to Moses Pettigrew,at: mpettigrew@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. 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. 52.213 3 Notice to Supplier. 52.214 34 Submission of Offers in the English Language. 52 214 35 Submission of Offers in U. S. Currency. 52.219 1 Small Business Concern Representation. 52.222 21 Certification of Facilities. 52.222 22 Previous Contract & Compliance Reports. 52.222 23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity. 52.222 26 Equal Opportunity. 52.222 36 Affirmative Action for Handicapped Worker. 52.222 37 Employment Report on Special Disable Veteran/Veterans of Vietnam Era. 52.223 6 Drug Free Workplace, 52.223 11 Ozone Depleting Substances. 52.227 1 Authorization & Consent. 52.232 1 Payment. 52.232 8 Discount for Prompt Payment. 52.232 11 Extras. 52.232 18 Availability of Funds. 52.232 23 Assignment of Claims. 52.232 25 Prompt Payment. 52.232 33 Mandatory Information for Electronic Funds Transfer Payment. 52. 232 34 Optional Information for Electronic Funds Transfer Payment. 52.233 1 Disputes & Protest: Protest shall be filed with an agency and forwarded to: Mr. Donovan Cunningham, Chief, Acquisition Section, Procurement Section, 400 First Street, NW, Washington, DC 20534. 52.242 13 Bankruptcy. 52.242 15 Stop Work Order, 52.243 1 Changes, 52.246 1 Contractor Inspection Requirements. 52.246 2 Inspection of Supplies Fixed Price. 52.246 16 Responsibility for Supplies. 52.246 15 Certification of Conformance: All shipments shall include a certificate of conformance. 52.246 23 Limitation of Liability. 52.247 34 FOB Destination. 52.249 1 Termination for Convience of the Government Fixed Price. 52.249 8 Default (Fixed Price Supply & Services). 52.252 3 Alteration in Contract: There is no alteration in the contract at this time. 52.252 4 Alteration in Solicitation: There is no alteration in the solicitation at this time. 52.253 1 Computer Generation of Forms by the Public. JAR 2852.270 70 Inspection and Acceptance of Supplies and/or Services: Shall be performed by Patty Bauer, Contracting Office Technical Representative (COTR). 52.215 18 Facsimile Proposal. Proposal may not be facsimile. 52.204 6 Contract Identification Number Data Universal Numbering System (DUNS): Offeror must specify (DUNS) number. Packaging and Marking: All shipments should be label citing vendor name, delivery order, contract number, weight, quantity, item and description. Shipment should be in accordance with common commercial practice and adequate to insure acceptance by common carrier and safe arrival at destination. A written notice of award or acceptance of a offer mailed or acceptance otherwise furnished to the successful offeror within time for acceptance specified in the solicitation, shall result in a binding contract without further action by either party. Before an offer expiration time the Government may accept a offer or part of a offer after its receipt unless a written notice of withdrawal is received before award. Documents and forms cited in this solicitation may be obtained from General Services Administration's Internet Web Page (at http://www.arnet.gov.far/). For information regarding this solicitation contact the Contracting Officer, Mr. Moses Pettigrew at (202)305 3702.
 
Place of Performance
Address: UNICOR, USP Terre Haute 4200 Bureau Road North, Terre Haute, IN
Zip Code: 47808
Country: United States of America
 
Record
SN00813636-W 20050525/050523211803 (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.