Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

81 -- Envelopes

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
322232 — Envelope 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
ISO44-06
 
Response Due
3/9/2006
 
Archive Date
3/24/2006
 
Description
The 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 the notice. The announcement constitutes the only solicitation; Proposals being requested. Solicitation Number for the proposal is IS044-06, the solicitation is issued as a Request for Proposal (RFP). The RFP document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-08. NOTICE: The acquisition will be conducted through the reverse auction process with Global eProcure. All prospective offerors are to contact Ramanjit (Rinki) Singh at (732) 382-6565 ext. 1034 or her e-mail address: rinki.singh@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 the requirement through the reverse auction with Global eProcure. The North American Industry Classification System (NAICS) is 322232. UNICOR, Federal Prison Industries, Inc., intends to enter into a one base year, and two (2) one year options if exercised firm-fixed price requirements type contract for the following items: Line item 0001, 9 3/4" x 12", open end envelope, light brown sulphite kraft, 24 lb./ 250 envelopes per box. 2 1/4" non gummed flap, envelope to be scored at the flap fold. Recycled paper. Envelopes must be received with flap OPEN to faciliate printing. Flap should be 2 1/4" with curved cut on flap. There should be NO gum on the flap. Estimated quantity 500,000 Each. Required delivery will be ten (10) calendar days after receipt of delivery order. Delivery will be FOB destination to United States Penitentiary, Federal Prison Industries, 1300 Metropolitan Avenue, Leavenworth, KS 66048. 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 two (2) percent and minus Zero (0) percent. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through one base year two option years if exercised 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 the contract shall be ordered by issuance of delivery orders by the Contracting Officers at USP Leavenworth, KS and Central Office, 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 the contract will be John Pugh, Quality Assurance. All invoices shall be forwarded to: ATTN: Business Manager, United States Penitentiary, Federal Prison Industries, 1300 Metropolitan Avenue, Leavenworth, KS 66048, (913) 682-8700. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under the contract ten (10) calendar days after the expiration of the contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity for $80,000 per delivery order and a maximum delivery order for $600,000 per delivery order. 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. 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 the solicitation will be synopsized in the same manner as the solicitation and must be acknowledged by each offeror. SECTION H: SPECIAL CONTRACT REQUIREMENTS NOTICE: Offerors will NOT SUBMIT prices with the quote by the closing date. The Contracting Officer has opted to conduct a competitive, anonymous, on-line reverse auction, auction as described herein. The Contracting Entity has retained Global eProcure to conduct the auction for the solicitation. Global eProcure refers to its auction as a Web-based Bidding Events. All prospective offerors are to contact Ramanjit (Rinki) Singh at (732) 382-6565 ext. 1034 and/or e-mail rinki.singh@globaleprocure.com. This acquisition will be conducted through the reverse auctioning process with Global eProcure. During the Event, offerors will provide pricing through submission of electronic offers via the Global eProcure website. The primary pricing competition for the solicitation will be through the online reverse auction. Global eProcure will explain the process in detail and train all interested contractors participating in the acquisition prior to the Event. The identity of offerors will not be revealed during the Event. During the internet based reverse auction there will be multiple bidding lots for the base year and two option years. Offerors must bid on all three line items. Line item one (base year), line item two (option year one), and line item three (option year two). OFERERORS WILL BID MUST BID ON THE BASE YEAR AND THE OPTION YEARS TO BE CONSIDERED FOR AWARD. Offerors will have the ability to submit revised pricing during the Event in response to prices submitted by the offerors. The Contracting Officer reserves the right to suspend or cancel the Event at any time. If the Contracting Officer cancels the Event, pricing requested by an amendment to the solicitation. Offerors will not submit pricing via any the mechanism, including but not limited to post, courier, fax, E-mail, or orally unless specifically requested by the Contracting Officer. The Contracting Officer reserves the right to award to the then the low-priced Offeror or to make no award under this solicitation. Further information about the internet auction only, please contact Ramanjit (Rinki) Singh at (732) 382-6565 ext. 1034 and/or e-mail rinki.singh@globaleprocure.com with specific questions and preparation of the Event. Detailed instructions on the bidding event will be forwarded to interested Offerors before March 8, 2006. The practice bidding Event will be held on Wednesday, March 8, 2006, from 10:00 a.m. to 11:00 a.m. (EST). The actual Bidding Event will take place on Thursday, March 9, 2006, from 1:00 p.m. to 2:00 p.m., Eastern Standard Time. Specification questions regarding this solicitation shall be referred to the Contracting Officer ONLY. Global E-procure is NOT responsible for providing a response to vendors on technical issues nor do they have technical expertise for this procurement. 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, RFP Number IS044-06, fax your offer to (202) 305-2091 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Thursday, March 9, 2006, 2:00 p.m., Eastern Standard Time.
 
Record
SN00997835-W 20060304/060302211956 (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.