Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

83 -- Poly Micro Denier

Notice Date
12/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
313230 — Nonwoven 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
CT1742-06
 
Response Due
1/13/2006
 
Point of Contact
John Carlock, Contracting Officer, Phone 202-305-7390, Fax 202-305-7344,
 
E-Mail Address
jcarlock@central.unicor.gov
 
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 CT1742-05. 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 05-06. The North American Industry Classification Code (NAICS) is 313230. SIC Code 2279. UNICOR intends to enter into a 3 year Requirements contract. Requested item(s) are as follows: Line Item 0001 - 100%,POLY,CREPE KNIT,MICRO,DENIER,BLACK CIRCULAR KNIT. ANTIMICORBIAL AND MOISTURE MANAGEMENT PROPERTIES SHALL BE INHERERENT IN THE FIBER. WEIGHT(OZ./SQ.YD) 2.1+/-0.2 OZ/SQ.YD. WALES 38, COURSES 45, BURSTING STRENGTH (MIN) 80, DIMENSIONAL STABILITY (MAX)4.0%, COLORFASTNESS TO LAUNDERING 4.0 1/.ELONGATION (MIN) WALES 60%- COURSES 70%, ANTIMICROBIAL PROPERTIES LOG1. UNICOR PART #FAB4739, DESCRIPTION: 100%POLYESTER ADJECTIVE: WITH MOISTURE MANAGEMENT PROPERTIRS SIZE: 60" WIDE COLOR: BLACK U/M: YD M/L CR/PD 05-05 FOR THE SECOND GENERATION GP TRUNKS. Estimated Quantity 120,000 yards. Line Item 0002 - 100%,POLY,MICRO,DENIER,OD,2.0,OZ MOISTURE MANAGEMENT PROPERTIES SHALL BE INHERENT IN THE FIBER. WEIGHT 2.0-2.5OZ/SQ.YD,YARNS PER INCH-WARP 126 FILLING 103, BREAKING STRENGTH (LBS.,MIN)WARP AND FILL 95, DIMENSIONAL STABILITY(MAX)-WARP 5.0% AND FILLING 2.0%, COLORFASTNESS TO LAUNDERING 4.0, MOISTURE MANAGEMENT <5 SEC, WICKING-INITIAL, 2-1/8" APPARENT WET AREA AND A MIN OF 0.1300% WEIGHT DIFFERENTIAL. UNICOR PART #FAB4750 DESCRIPTION: 100% POLYESTER ADJECTIVE: FOR THE 2ND GENERATION GP TRUNKS SIZE: 60" WIDE COLOR: OLIVE DRAB U/M: YD M/L: CR/PD 05-05 FOR THE SECOND GENERATION GP TRUNKS Estimated Quantity 270,000 yards. 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 Edgefield, 501 Gary Hill Road, Edgefield, SC 29824. Contracting Officer Representative (COTR) is Steve Harrison, (803)637-1505. FAR 52.246-15, Certificate of Conformance applies. FPI 1000E1,IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING SOURCE SELECTION Reference FAR Clause 52.246 INSPECTION 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, DSCP, 2800 South 20th Street, Philadelphia, PA 19101, ATTN: DSCPOL. 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 DSCP 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. FPI 1000HI ECONOMIC PRICE ADJUSTMENT Supplement: LCL APPR Twelve [12] months after contract award date, contract prices for the succeeding twelve [12] month period may be adjusted in accordance with the change in the Producer Price Index for [polyester products] (product code [PCU313111]) from the date of award to the date of adjustment. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST THIS ADJUSTMENT. Adjustments may be requested for a period not to exceed 10 days after the eligible adjustment date. Requests that are made after the 30-day limit will not be honored and the contract pricing will not be adjusted. The contractor shall submit any requests for adjustments in writing to the contracting officer. Requests shall include a copy of the relevant index and must be within the allowed time period for adjustment. Any adjustments authorized as a result of the adjustment request will not be retroactive. The date the completed request is received by the contracting officer will be the effective date of any changes in price. The contractor also is required to request downward price adjustments. All downward adjustments will be retroactive to the authorized adjustment date as specified in this clause. If downward price adjustments are not requested and this is later revealed through audits or otherwise, the contractor shall reimburse the Government the amount overcharged plus interest. Interest will be computed at the rate set annually by the Secretary of the Treasury for late contract payments. Interest will accrue from the date the adjustment should have been made. In computing any contract price adjustment, the most recently published index as of the date of award will be compared to the most recently published index as of the date of adjustment. No adjustment shall be made if the referenced change is less than 2%. Total upward adjustment for the contract period, including any option periods, shall not exceed TEN 10%, based on the original or option period contract price; downward adjustments are not limited. Indices are available from the Bureau of Labor Statistics, 600 E Street N.W., Washington, DC 20212, telephone 202/606-7706. (End of Section) 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. 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 three (3) years thereafter. FAR 52.216-19, Delivery Order Limitation applies with (a) minimum order of 5,000 yards;(b)(1) maximum order for a single item in excess of 80,000 yards;(b)(2) any order for a combination in excess of 160,000 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 52.211-2, 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 5% 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 and Past Performance Reference Information. 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 January 13, 2006 @ 2:00PM. NO INCREMENTAL PRICING ALLOWED. Offers must indicate Solicitation Number CT1742-06, 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 9 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-FEB-2006, 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/CT1742-06/listing.html)
 
Place of Performance
Address: FCI Edgefield, 501 Gary Hill Road, Edgefiled, SC
Zip Code: 29824
 
Record
SN00980321-F 20060205/060203214358 (fbodaily.com)
 
Source
FedBizOpps 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.