Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2005 FBO #1427
SOLICITATION NOTICE

81 -- PACKAGING

Notice Date
10/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Big Spring, 1900 Simler Avenue, Big Spring, TX, 79720
 
ZIP Code
79720
 
Solicitation Number
BGCB000105
 
Response Due
10/18/2005
 
Point of Contact
Sandy Adams, Contracting Officer, Phone 432-268-6971, Fax 432-268-6869,
 
E-Mail Address
sadams@central.unicor.gov
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS SOLICITATION IN ITS ENTIRETY 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 BGCB000106, and this solicitation is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The North American Industry Classification System code is 488991 (Packaging & Packing Bulk Materials). This requirement is 100% set-aside for Small Business and small business size standard is 500 employees. UNICOR, Federal Prison Industries, Inc., Big Spring, TX, intends to enter into a two (2) year, firm-fixed price, Indefinite Delivery/Indefinite Quantity supply contract for the following commercial items: THE GOVERNMENT ANTICIPATES TO AWARD AS ALL OR NONE. LINE ITEM #1: UNICOR PART NO: PAC2123 BOX,SHIPPING,16"X12"X12",FIBERBOARD, 8115001768064 VERIFIED-PER-HAYSTACK, DESCRIPTION: PACKING MILITARY PART NO: 16"X12"X12", PROCUREMENT SPEC: PPP-B-636L NTE Maximum quantity of 11,350 each. LINE ITEM #2: UNICOR PART NO: PKG3935 D,SP8HFP18C818,FOAM-ASSY-2-PCS,T-LAM,KT,PPP-T-1752 VERIFIED-PER-DRAWING, DESCRIPTION: PACKAGE PART NO: DWG#SP8HFP18C818, PROCUREMENT SPEC:PPP-C-1752D AMEND3 NTE Maximum quantity of 11,350 each INCREMENTAL PRICING WILL NOT BE ACCEPTED. Drawings may be downloaded with this solicitation. Required delivery shall be 30 days or sooner from receipt of each delivery order issued for these line items. This is a DOA7 rated order. Shipments against delivery orders MUST be complete. (NO SHORTAGES UNLESS OTHERWISE DIRECTD BY THE CONTRACTING OFFICER IN WRITING). JAR 2852.201-70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) (a) Gene Aiello is hereby designated to act as Contracting Officer Technical Representative (COTR) under this contract. (b) The COTR is responsible, as 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 contractural Scopeof Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payments. (c) The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms,conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desireable to alter/change contractural obligations or the Scope of Work, the Contracting Officer shall issue such changes in writing and signed. The following FAR clauses and provisions apply to this acquisition: 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS); 52.211-14, Notice of Priority Rating for National Defense Use; 52.211-15, Defense Priority and Allocation Requirements; 52.211-16, Variation in Quantity of -0% decrease and +0% increase. 52.212-1, Instructions to Offerors - Commercial; (Special Note: although these items are being procured as commercial items, they must meet and be supplied with a certification of compliance as to meeting all the requirements of the description, to include specifications or drawings) 52.212-2, Evaluation - Commercial Items, significant evaluation factors are past performance, delivery and price. Past performance and delivery are significantly more important than price. Quality and customer service will be evaluated under past performance; 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 05) IAW 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 (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- 3(j) or 52.204-8 whichever is included in the solicitation. 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." 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, (APR 2005) which includes: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.233-1 Disputes; 52.233-4 Applicable Law for Breach of Contract Claim; 52.225-1 Buy American Act-Balance of Payments program-Supplies; 52.225-2 Buy American Act-Balance of Payments Program Certificate; 52.219-6 Total Small Business Set-Aside 52.216-18, Ordering, orders may be issued under the resulting contract from the date of award through two (2) years thereafter; 52.216-19, Order Limitation FAR 52.216-19 (a) minimum delivery order of 500 each for all line items (b)(1) maximum delivery order of 3000 each for all line items; (b)(2) any order for a combination of items in excess of 6000 each, 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(s) are returned to the ordering office within seven calendar days after issuance with a written statement expressing the contractors intent not to ship; 52.216-22, Indefinite Quantity (Oct 1995) 52.232-18, Availability of Funds; 52.233-3, Protest After Award, 52.246-1, Contractor Inspection Requirement; With the original invoice, the vendor will furnish the original Certificate of Conformance that will be signed by the person who has certification authority with their title and position included. A copy of this Certificate of Conformance and the packing slip will accompany each shipment. The furnishing of the Certificate of Conformance will be a condition of acceptance at destination and payment will not be made until it is received. Inspection and acceptance will be by FPI. 52.247-34 F.O.B. Destination, delivery shall be FOB destination to UNICOR, Bldg 601 Warehouse Rd, Big Spring, TX 79720-7789. PLEASE PROVIDE THE REQUIRED INFORMATION BELOW OR YOU WILL NOT BE CONSIDERED FOR AWARD! PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, three Business Management Questionaires with recent and relevant contracts for the same or similar items iaw FAR 52.212 (b) (10) for past performance evaluation, a completed copy of FPI 1000K2 Subcontract Certification (large businesses only), and an ACH form. A completed ACH form must be submitted with each solicitation package prior to contract award. Implementation of the Central Contractor Registration (CCR) was mandated effective October 1, 2003. ALL contractors MUST register in the CCR prior to award and remain registered on CCR through final payment. For additional information and to register, go to www.ccr.gov. ALL contractors MUST register with the Contractor Performance System (CPS) at time of award. This site will be used to input and store contractor performance. Go to website: http://cps.od.nih.gov. Click on hypertext Registration for Existing contractors listed under the column labeled Contractor Information. Read the information provided on the page and click the hypertext, https://cpscontractor.nih.gov/. This will put you at the login screen of the Contractor Performance System. On the right hand side of screen you will see the question, Registered to the NEW CPS yet? Click here to start 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, contact CPS support at cps-support-1@list.nih.gov or Jo Ann, Paulette, or Alex at (301)451-2771. Vendors shall submit signed and dated offers on the SF1449 by facsimile to 432/268/6869 to the attention of Sandy Adams , Contracting Officer. No hand delivered mail will be accepted at this time due to security precautions. Any of the express mail carriers will be accepted with delivery to: UNICOR, Federal Prison Industries, 1900 Simler Rd., Big Spring, Texas, 79720-7789, Attn: Sandy Adams. OMB Clearance 1103-0018. The date and time for receipt of proposals is October 18, 2005 at 2:00 PM Central Standard Time. Offer must indicate Solicitation BGCB000106, 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, terms of any expressed warranty, price and any discount terms. Offer must include a completed copy of representations and certifications at FAR 52.212-3, and acknowledgment of all amendments, if any. All offers that fail to complete current representations and certifications maintained @ orca.bpn.gov, past performance information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions; therefore, the offerors initial offer should contain best pricing. Future requirements from a UNICOR factory 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. Award(s) will be based on best value to the Government with past performance significantly more important than price. 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. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. 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 www.fedbizopps.gov or UNICORs web site: http://www.unicor.gov/fpi_contracting/about_procurement/forms/. 1st and 3rd forms are required. (ACH Form and Business Questionnaire Form) Questions regarding this requirement are to be addressed in writing to Sandy Adams, sadams@central.unicor.gov. No telephone calls please. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-OCT-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-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/BIG/BGCB000105/listing.html)
 
Place of Performance
Address: UNICOR FEDERAL PRISON INDUSTRIES 1900 SIMLER AVE BIG SPRING, TEXAS
Zip Code: 79720
Country: USA
 
Record
SN00919632-F 20051023/051022082444 (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.