Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

53 -- 53-Bolts, Screws, Washers, Hose

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer 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
MT760-06
 
Response Due
10/4/2006
 
Archive Date
10/19/2006
 
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. This announcement constitutes the only solicitation being requested. Solicitation Number for the Quote is MT760-06, the solicitation is issued as a Request for Quote (RFQ). The RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-12. The North American Industry Classification System (NAICS) 332722. This requirement is set aside for small businesses. UNICOR, Federal Prison Industries, Inc., (FCI El Reno, OK and USP Lewisburg, PA) intends to enter into a three (3) year firm-fixed price requirements type contract with an Economic Price Adjustment (EPA) effective six (6) months after award of contract and every six (6) months thereafter. Price may be adjusted in accordance with the changes in the Producer Price Index (PCU332510332510 Hardware Mfg). IT IS THE CONTRACTORS?S RESPONSIBILITY TO REQUEST THIS ADJUSTMENT. For the following items: Line item 0001, BLT0714, .50" 13 UNC X 1.250" L, HEX HEAD BOLT, GRADE 5 ZINC PLATED FOR CORROSION RESISTANCE, PRINT PST05003-01, Estimated Qty 1,400,000 ea (both factories). Line item 0002, CBL0361, CLEAR VINYL COATED STAINLESS STEEL CABLE, SIZE: .09375" DIA. WIRE, 7 X 7 STRAND, PRINT PST05059-01. Estimated Qty 175,000 ea (FCI El Reno) and 525,000 ea (USP Lewisburg). Line item 0003, HSE9368, PDM-MULTIPURPOSE HOSE, .50" OD X. 25" ID X.125" WALL X (BLACK) MULTIPLE SPIRAL YARN REINFORCEMENT. PRINT PST05058-01. Estimated Qty 437,000 ft (FCI El Reno) and 437,500 ft (USP Lewisburg). Line item 0004, HKS0100, SPLIT RING, 1.1" OD X 0.932" ID X 0.110" T. ZINC PLATED, PRINT PST05030-01. Estimated Qty 350,000 ea (both factories). Line item 005, NUT0005, NYLON INSERT HEX LOCK NUT .250" 20, GRADE 5 ZINC PLATED STEEL, Thread class "2B", PRINT PST05030-01, Estimated Qty 700,000 ea (both factories). Line item 006, NUT0488, HEX LOCKNUT, W/NYLON, INSERT, .375" 16 UNC, GRADE 5 ZINC PLATED STEEL, PRINT PST05002-01. Estimated Qty 350,000 ea (both factories). Line item 007, NUT0489, HEX LOCKNUT, W/NYLON, INSERT, #8-32, GRADE 5 ZINC PLATED STEEL, Thread class "2B" PTINT PST05030-01. Estimated Qty 350,000 ea (both factories). Line item 008, NUT0491, HEX-LOCKNUT, W/NYLON INSERT, .3125" 18, UNC, Thread class "2B" Zinc Plated, PRINT PST05030-01. Estimated Qty 350,000 ea (both factories). Line item 009, NUT0534, FINISHED HEX NUTS, .375" 16 UNC, GRADE 5 ZINC PLATED. Thread class "2B", PRINT PST05030-01. Estimated Qty 350,000 ea (both factories). Line item 010, NUT0714, NYLON INSERT HEX LOCK NUT .50" 13 GRADE 5, ZINC PLATED, PRINT PST05003-01. Estimated Qty 1,400,000 ea (both factories). Line item 011, SCR0031, HEX HEAD SCREW, .250 20 X .50" L, GRADE 5 MEDIUM, STRENGTH ZINC PLATED HEAT, TREATED CARBON STEEL, Thread classification 2A, PRINT PST05030-01. Estimated Qty 700,000 ea (both factories). Line item 012, SCR0707, ROUND,HEAD, PHILLIPS,SCREW, #8 32 UNF X 0.50" L., ZINC PLATED ALLOY STEEL, Thread classification: UNC-2A, PRINT PST05030-01. Estimated Qty 350,000 ea. (both factories). Line item, 013, SCR708, SOCKET SHOULDER SCREWS, .50" DIA., .375" 16 X 3.0" L., HARDENED ALLOY STEEL; RC 32-43, PRINT PST05002-01. Estimated Qty 350,000 ea (both factories). Line item 014, SCR1503, SET SCREW 3/8" 16 X 3/4" L, CUP POINT SOCKET SET SCREW Thread classification: UNC-2A, PRINT PST05030-01. Estimated Qty 350,000 ea (both factories). Line item 015, WSH0645, 3/8" (.375) FLAT WASHER, L9, STEEL INSIDE DIA.: MIN 0.401 IN, MAX 0.411 IN OUTSIDE DIA.: MIN 0.805 IN/MAX 0.827 IN THICKNESS MIN 0.090 IN/MAX 0.100 IN, FINISH COATING: DICHROMATE PLATED, PRINT PST05030-01. Estimated Qty 350,000 ea (FCI El Reno) and 700,000 ea (USP Lewisburg). Line item 016, WSH0715, 1/2", USS FLAT WASHER, ZINC PLATE STEEL, PRINT PST05003-01. Estimated Qty 2,800,000 ea (both factories). Line item 017, WSH0948, USS, WASHER FLAT .375" BOLT SIZE, 4375" ID X 1.0" OD X .0781" T, STD. STEEL ZINC PLATED, PRINT PST05002-01. Estimated Qty 350,000 ea (both factories). Line item 018, BLT0409, 6.47" SLAM LATCH BOLT MATERIAL: STEEL FORGING IN ACCORDANCE WITH MIL S 46172 GRADE D, C1018 C1030 NORMALIZED CONDITION AND MAGNETIC PARTICLE INSPECTION NOT REQUIRED PARTS TO BE FURNISHED IN SHOT BLAST CONDITION AND FREE OF SCALE AND PIT MARKS FINISH: ZINC PLATE PER ASTM-B633, Screw Thread: 5/16"-18UNC-2A per Fed-STD-H28. Print PST05061-01. (ALTERNATIVE SLAM LATCH BOLT SHOWN ON PRINT PST05075-01. PART NUMBER FOR ALTERNATIVE SLAM LATCH BOLT IS BLT0409A), NOTE: IF THIS PART IS MACHINED VS. FORGED IT MUST BE HARDENED TO A GRADE 5. Estimated Qty 350,000 ea (FCI El Reno ONLY). Line item 019, BLT2026, CAP, 3/8 16 UNC X 3", HEX, STL, ZINC PLATED, GRADE-2. Estimated Qty 437,500 ea (FCI El Reno ONLY). Line item 020, SLV0212, OVAL COMPRESSION SLEEVE ALUMINUM FOR .09375" DIA., CABLE, PRINT PST05074-01. Estimated Qty 350,000 ea (both factories). Line item 021 BLT0376, HEX HEAD BOLT, .375" 16 UNC X 3.0" L, GRADE 2, ZINC PLATED LOW CARBON STEEL, PRINT PST05048-01. Estimated Qty 87,500 ea (USP Lewisburg ONLY). VENDOR IS REQUIRED TO SPECIFY THE ORIGIN OF THE PRODUCT PROVIDED IN THIS REQUIREMENT. FOR COPIES OF THE DRAWINGS CALLED OUT CONTACT KIRK KENNEDY (405) 262-4875 (FCI EL RENO) OR GINA REED (570) 523-1251 (USP LEWISBURG). SPECIAL REQUIREMENT NOTICE: Quoters 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, auction as described herein. The Contracting Entity has retained Global eProcure to conduct the auction for the solicitation. Only those prospective Quoters 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. Global eProcure refers to its auction as a Web-based Bidding Event. All prospective quoters are to contact Chandana Bala at (732) 382-6565 ext. 1017 and/or e-mail chandana.bala@globaleprocue.com. During the Event, quoters 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 Quoters will not be revealed during the Event. Quoters will have the ability to revise their pricing during the Event. The Contracting Officer reserves the right to suspend or cancel the Event at any time. If the Contracting Officer cancels the Event, pricing will be requested by an amendment to the solicitation. Quoters 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. The Contracting Officer reserves the right to award to other than the low-priced Offeror or to make no award under the solicitation. Any specific questions and preparation for the Event, please contact Chandana Bala at (732) 382-6565 ext. 1017 and/or e-mail chandana.bala@globaleprocue.com with specific questions and preparation of the Event. Detailed instructions on the bidding event will be forwarded to interested Quoters before October 3, 2006. The practice bidding Event will be held on Tuesday, October 3, 2006, from 1:00 p.m. to 2:00 p.m. (EST). The actual Bidding Event will take place on Wednesday, October 4, 2006, from 1:00 p.m. to 2:00 p.m., Eastern Standard Time. Required delivery will be fourteen (14) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Correctional Institutional, Federal Prison Industries, Highway 66, El Reno, OK 73036 and United States Penitentiary, Federal Prison Industries, 2400 Robert F. Miller Drive, Lewisburg, PA 17837. 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. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through three (3) years 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 FCI El Reno, OK, USP Lewisburg, PA, and Central Office, Washington, DC with the exception of the COTR. FCI El Reno, OK delivery hours are 7:30 a.m. to 2:30 p.m. to 2:45 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. USP Lewisburg delivery hours are 8:00 a.m. to 1:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. No unloading between 10:30 a.m. to 11:30 a.m. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for the contract will be Doug Smay (USP Lewisburg, PA) and Nancy Evans (FCI El Reno, OK). All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institutional, Federal Prison Industries, P.O. Box 1000, El Reno, Ok 73036; telephone (405) 262-4875 and United States Penitentiary, Federal Prison Industries, 2400 Robert F. Miller Drive, Lewisburg, PA 17837; telephone (570) 523-1251. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under the contract fourteen (14) calendar days after the expiration of the contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity for $100.00 each per delivery order and a maximum delivery order for a single item is 100,000 each; and maximum delivery order for combination of line items are 1,400,000 each per delivery orde . 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 quote firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Quoters-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). 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 vendor. This is an ?All or None? requirement. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate quotes: Past Performance is 50%, price and specification/technical when combined are equal to 50%. The quote conforms to the solicitation and is considered most advantageous to the Government. Vendors 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) 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 Quoters-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 Vendor 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 vendor. Vendors 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. All Vendors 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. 52.217-2 Cancellation Under Multi-year Contracts and FAR 52.232-18, Availability of Funds applies. ECONOMIC PRICE ADJUSTMENT. Six (6) months after contract award date, contract prices for the succeeding six (6) month period may be adjusted in accordance with the change in the Producer Price Index (PCU332510332510 ? Hardware) 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 30 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, are negotiable, 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 202-691-7705. If quote 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 MT760-06, fax your offer to (202) 305-2091 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Wednesday, October 4, 2006, 2:00 p.m., Eastern Standard Time. See Note 1.
 
Record
SN01146682-W 20060920/060918220257 (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.