Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2005 FBO #1412
SOLICITATION NOTICE

81 -- Pre-Printed Plastic Bags

Notice Date
9/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
326111 — Plastics Bag Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
CT1737-05
 
Response Due
9/16/2005
 
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 requirement 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 CT1737-05. This solicitation is issued as a Request for Proposals (RFP). This Requirement is 100% Small Business Set-A-Side This is an “ALL OR NONE” requirement, Multiple awards will not be made. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-05. The North American Industry Classification Code (NAICS) is 326111. SIC Code 2673 Size Standard 500 employees. UNICOR intends to enter into a Base two 2 year Requirements contract with two (2) one (1) year options (if exercised). Requested item(s) are as follows: SEE SECTION B ATTACHED for item description and estimated quantities. Delivery will be 30 days (ARO) from receipt of delivery order. FAR 52.247-34 FOB Destination applies. Delivery will be FOB Destination with ship addresses of Federal Correctional Institution, FCI Jesup, 2600 Hwy 301 South, Jesup, GA 31545. Contracting Officer Representative (COTR) is Donnie Roberson, (912)427-0870. Ext.: 709; United States Penitentiary, USP Pollock, 1000 Air Base Road, Pollock, LA 71467. Contracting Officer Representative (COTR) is Jon Schreckengost, (318)561-5424; Federal Correctional Institution, FCI Waseca, 1000 University Drive, SW, Waseca, MN 56093. Contracting Officer Representative (COTR) is Terry Skutevik, (507)835-8972. 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. 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., then select Business Opportunities, then select Deviation." 52.233-2 Service of Protest. (Aug 1996) (a) 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 (addressed as follows) by obtaining written and dated acknowledgment of receipt from Chief, InterAgency zsolutions and Procurement Branch, Unicor, 400 1st Street, N.W., Washington, DC 20534 . (b) 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 (AUG 1996) 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 six months thereafter. FAR 52.216-19, Delivery Order Limitation applies with (a) minimum order of $1,000;(b)(1) maximum order for a single item in excess of $10,000 ;(b)(2) any order for a combination in excess of $50,000 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 52.211-2, Availability of Spec. Applies. Listed on the DOD Index of Specs. FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) FAR 52.211-16 Variation in Quantity applies with 5% increase and 0% decrease. FAR 52,232-18 Availability of Funds FAR 52.242-15 Stop Work FAR 52.232-15 Progress Payments Not Included 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. 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 September 16, 2005 @ 2:00PM. NO INCREMENTAL PRICING ALLOWED. Offers must indicate Solicitation Number CT1737-05, 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. ******************************************************************************FAR 4.1201(a), Prospective contractors MUST 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. ****************************************************************************** Certification that all of your representations and certifications in ORCA are current: Representations and Certification Data is complete and accurate as of __________ Signature _______________________________________ Changes: _______________________________________ I certify that all representations and certifications are update and accurate ****************************************************************************** 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. 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 90 days from the date specified for receipt of offers. Offers or modifications to offerors after the exact time specified may not be considered. 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 website http://www.unicor.gov/fpi_contracting/about_procurement/forms. See note 1 & 9 NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-SEP-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-OCT-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.fbo.gov/spg/DOJ/FPI-UNICOR/MMB/CT1737-05/listing.html)
 
Place of Performance
Address: Various Sites
 
Record
SN00911846-F 20051008/051006214557 (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.