Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
SOLICITATION NOTICE

95 -- Angle Steel

Notice Date
9/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
331111 — Iron and Steel 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
MT718-05
 
Response Due
10/18/2005
 
Archive Date
11/1/2005
 
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 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quote being requested. Solicitation Number for this quote is MT718-05, this solicitation is issued as a Request for Quote (RFQ). This RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-05. NOTICE: This acquisition will be conducted through the reverse auction process with Global eProcure. All prospective offerors are to contact Sebastian Bridson (732) 382-6565 ext. 1054 or his e-mail address: Sebastian.bridson@globaleprocure.com. Only those prospective offerors signed up for the reverse auction process will be considered for award. Each offeror will submit their pricing for this requirement through the reverse auction with Global eProcure. The North American Industry Classification System (NAICS) is 331111 is a set-aside for small businesses. UNICOR, Federal Prison Industries, Inc., intends to enter into a one (1) year firm-fixed price requirements type contract for angle steel. Please refer to Section ?B? for the quantities and sides of this requirement. Download solicitation number MT718-05. THE QUANTITIES SHOWN IN THIS REQUIREMENT ARE ESTIMATES ONLY AND NOT AN ORDER, AND DO NOT OBLIGATE THE GOVERNMENT. FUNDS WILL BE OBLIGATED BY EACH DELIVERY ORDER AND NOT THE CONTRACT ITSELF. Please contact Pam Gonzales, Contract Specialist at (310) 831-8961 for copies of drawings for this requirement. Required delivery is twenty-one (21) business days after receipt of delivery order. Delivery will be FOB destination to Federal Correctional Institution, Federal Prison Industries, 1299 South Seaside Avenue, Terminal Island, CA 90731, telephone (310) 831-8961. THE QUANTITIES SHOWN IN THIS REQUIREMENT ARE ESTIMATES ONLY AND NOT AN ORDER, AND DO NOT OBLIGATE THE GOVERNMENT. FUNDS WILL BE OBLIGATED BY EACH DELIVERY ORDER AND NOT THE CONTRACT ITSELF. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. In accordance with 52.211-16, Variation In Quantity, Variations per delivery order is plus Zero (0) percent /minus Zero (0) percent. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through one (1) year thereafter. The contractor will only deliver the items that have been designated by a delivery order. Items shipped without a delivery order will be returned at the contractor?s expense. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI Terminal Island, CA and Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 11:00 a.m. and 1:00 p.m. to 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for this contract will be Jack Martinez. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, 1299 Seaside Avenue, Terminal Island, CA 90731-0207, telephone (310) 831-8961. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under this contract twenty-one (21) calendar days after the expiration of this contract. SECTION SPECIAL CONTRACT REQUIREMENTS NOTICE: This acquisition will be conducted through the reverse auctioning process with Global eProcure. All prospective offerors are to contact Sebastian Bridson at (732) 382-6565 ext. 1054 or his e-mail address: Sebastian.bridson@globaleprocure.com. Only those prospective offerors signed up and participate in this event will be considered for award. Each offeror will submit their pricing for this requirement through reverse auction with Global eProcure. Offerors will NOT SUBMIT prices with their quote by the closing date. The Contracting Officer has opted to conduct a competitive, anonymous, on-line reverse auction for this Request for Quote (RFQ). The Contracting Entity has retained Global eProcure for Global eProcure to conduct the auction for this quote. Global eProcure refers to its auction as a Web-based Bidding Event. To avoid confusion and the sake of consistency this solicitation will be Event MT718-05. During the reverse auction, offerors will provide pricing through submission of electronic offers the Global eProcure website. The primary pricing competition for this RFQ will be through the online reverse auction. Global eProcure will explain the process in detail and train all interested contractors participating in this acquisition prior to the reverse auction. Offerors will have the ability to submit revised pricing during the reverse auction in response to prices submitted by other offerors. The identity of offerors will not be revealed to each other during the reverse auction. The Contracting Officer reserves the right to suspend or cancel the reverse auction at any time. If the Contracting Officer cancels the reverse auction, instructions on how to submit pricing will be requested by an amendment to this quote. Notwithstanding FAR 52.212-5, Offerors will submit pricing only through the on-line mechanism supplied by Global eProcure. Offerors will not submit pricing via any other mechanism including but not limited to post, courier, fax, E-mail, or orally unless specifically requested by the Contracting Officer. At the conclusion of the Event, UNICOR intends to award the contract, by Lot, to the eligible, low-priced, responsible Offeror. The Contracting Officer reserves the right to award to other than the low-priced Offeror or to make no award under the solicitation. Further information about the Event is provided through Global eProcure. Offerors should contact Sebastian Bridson at (732) 382-6565 ext. 1054 and/or e-mail at Sebastian.bridson@globaleprocure with specific questions in preparation of the bidding event immediately upon receipt of this Request for Quote. The date of the PRACTICE bidding event will take place Tuesday, October 18, 2005, 11:00 a.m. to 12:00 p.m., Eastern Standard Time. The Live bidding event will take place on Monday, September 26, 1:00 p.m. to 2:00 p.m., Eastern Standard Time. All Offers with the exception of pricing, which is to be conducted through the reverse auctioning process, must be received on or before Tuesday, October 18, 2005, 2:00 p.m., Eastern Standard Time. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity of twenty-five (25) each per delivery order and a maximum delivery order of ten-thousand (10,000) each per delivery order. The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their proposal prices firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, must be included with your offer. Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. 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. The following clauses also apply to this solicitation: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items PARAGRAPH (d) DISPUTES shall be deleted and replaced with ?DISPUTES? THIS CONTRACT IS NOT SUBJECT TO THE CONTRCT DISPUTES ACTS OF 1978, AS AMENDED (41 U.S.C. 601-613). DISPUTES ARISING UNDER OR RELATING TO THIS CONTRACT SHALL BE RESOLVED IN ACCORDANCE WITH THE CLAUSE AT FAR 52.233-1 DISPUTES (JUL 2002)(DEVIATION) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate offers: Past Performance, price and technical when combined are all equal. The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. Offerors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are similar in scope to the requirement being evaluated. (List at least three (3) and no more than five (5) contracts for evaluation. References provided shall be for contracts performed within the past three (3) to five (5) years. All references provided may or may not be used in the evaluation of the contractor?s performance. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. FAR Subpart 4.11 Central Contractor Registration applies. FAR 52.52.212-1 Instructions to Offerors-Commercial Items (3)(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. FAR 52.204-7 Central Contractor Registration applies. FAR 52.204-8 Annual Representations and Certifications applies. FAR 52.204-6 Data Universal Numbering System (DUNS) Number applies. FAR Clause 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. Also, All Contractors MUST be registered in the Contractor Performance System (CPS). To register go to http://cps.od.nih.gov click on the hypertext ?Registration for Existing Contracts? listed under the column labeled ?Contractor Information,? read the information provided on the page and click the hypertext http://cpscontractor.nih.gov/, this will put you on the Login screen of the Contractor Performance System (CPS). On the right hand side of the screen you will see a question ?Registered to the New CPS yet?? Click here to start the process under the word ?BULLETINS.? Click the word ?here? which is in hypertext format. Enter the required information to register. If you have any questions you can contact CPS Support by E-Mail (cps-support-I@list.nih.gov) or call Jo Ann, Paulette or Alex on (301) 451-2771. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our web page http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. FAR 52.232-18, Availability of Funds applies. If offer is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitation to ATTN: Chyrel McPherson, Contracting Officer, RFQ Number MT718-05, fax your offer to (202) 305-7365/7363 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Tuesday, October 18, 2005, 2:00 p.m., Eastern Standard Time. See Note 1.
 
Record
SN00905587-W 20050930/050928211649 (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.