Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

96 -- Aluminum Sheets and Tubes

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
331315 — Aluminum Sheet, Plate, and Foil 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
MT758-06
 
Response Due
10/13/2006
 
Archive Date
10/28/2006
 
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 MT758-06, 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 2005-012. The North American Industry Classification System (NAICS) is 331315. This requirement is set aside for small businesses. UNICOR, Federal Prison Industries, Inc., (FCI Pekin, OK) intends to enter into a one (1) year firm-fixed price requirements type contract for the following items: Line item 0001, BAA0046, ALUM-ROUND .250" X 12', 6061 T6, QQ A 225/8, IN ACCORDNACE WITH QQ A 200/9, ASTM B 211, MATERIAL IS TO BE SECURED TO A PALLET TO AVOID ANY SCRATCHES OR DENTS TO MATERIAL DURING SHIPING. Estimated Quantity 1,036 each. Line item 0002, SHA0015, SHEET, ALUM, 090" X 48" X 96", 5052 H32 ALUMINUM SHEET IN ACCORDANCE WITH QQ A 250/8. DIMENSIONS ARE: 090" X 48" X 96". ALLOY OF MATERIALIS 5052-H32.MATERIAL SHOULD BE PACKAGED AND SECURED TO A PALLET TO PROTECT FROM ANY DAMAGES THAT MAY INCUR DURING SHIPMENT. Estimated Quantity 84 each. Line item 0003, SHA0018, SHEET, ALUM, 190" X 48" X 96", 5052 H32 ALUMINUM SHEET IN ACCORDANCE WITH QQ A 250/8. DIMENSIONS ARE: 190" X 48" X 96". ALLOY OF MATERIAL IS 5052 H32. MATERIAL SHOULD BE PACKAGED AND SECURED TO A PALLET TO PROTECT FROM ANY DAMAGES THAT MAY INCUR DURING SHIPMENT. Estimated Quantity 230 each, Line item 0004, SHA0021, SHEET, ALUM, 48" X 96" X 125, 5052 H32 ALUMINUM SHEET, ALLOY IS 5052 H32, MATERIAL TO BE IN ACCORDANCE WITH QQ A 250/8. DIMENSIONS ARE 48" WIDE BY 96" LONG BY .125" THICK. MATERIAL TO BE PACKAGED IN A FASHION THAT WILL HELP AVOID ANY DAMAGES THAT MAY INCUR DURING SHIPMENT. Estimated Quantity 1,330 each. Line item 0005, SHA0062, SHEET, ALUM, 48" X 96" X 125, 5052 H32, ALUMINUM SHEET, ALLOY IS 5052 H32, MATERIAL TO BE IN ACCORDANCE WITH QQ A250/8. DIMENSIONS ARE 48" WIDE BY 96" LONG BY .125" THICK. MATERIAL TO BE PACKAGED IN A FASHION THAT WILL HELP AVOID ANY DAMAGES THAT MAY INCUR DURING SHIPMENT. Estimated Quantity 224 each. Line item 0006, SHS0399, GA, 48" X 144" SHEET, CRCQ, ASTM A606 DIMENSIONS ARE 48" X 144" X 8GA CRCQ, A606 MATERIAL IS TO BE SECURED TO A PALLET TO AVOID ANY SCRATCHES OR DENTS TO MATREIAL DURING SHIPING. Estimated Quantity 133 each. Line item 0007, TUA0009, TUBE, SQ, ALUM, 1.5" X .125 WALL, 20'L 6063 T52 IN ACCORDNACE WITH QQ A 200/9 DIMENSIONS ARE 1.5" X 1.5" X .125 WALL X 20' LONG MATERIAL IS TO BE SECURED TO A PALLET TO AVOID ANY SCRATCHES OR DENTS TO MATERIAL DURING SHIPING. Estimated Quantity 792 each. MATERIAL SHOULD BE ON A PALLET, NOT TO EXCEED 4,000 POUNDS PER SKID. THE MATERIAL SHOULD BE COVERED WITH A TARP OR CARDBORAD TO PROTECT IT FROM THE WEATHER. VENDOR IS REQUIRED TO SPECIFY THE ORIGIN OF THE PRODUCT PROVIDED IN THIS REQUIREMENT. VENDOR IS REQUIRED TO SPECIFY THE ORIGIN OF THE PRODUCT PROVIDED IN THIS REQUIREMENT. 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 Ramanjit (Rinki) Singh at (732) 382-6565 ext. 1034 and/or e-mail rinki.singh@globaleprocure.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 regarding the reverse auction, please contact Ramanjit (Rinki) Singh at (732) 382-6565 ext. 1034 and/or e-mail rinki.singh@globaleprocure.com. The practice bidding Event will be held on Thursday, October 12, 2006, from 1:00 p.m. to 2:00 p.m. (EST). The actual Bidding Event will take place on Friday, October 13, 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, 2600 South Second Street, Pekin, IL 61554. 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 one (1) year 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 Pekin, IL and Central Office, Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 10:00 a.m. and 12:30 p.m. to 2:45 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 Steve Sellers, Factory Manager. All invoices shall be forwarded to: Centralized Accounts Payable (CAP). Your invoice must reference the purchase delivery order number and a four letter plant code designation should be incorporated in the mailing address to: Centralized Accounts Payable (PKMT) to P.O. Box 4000, Butner, NC 27509-4000. 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 BAA0046 ? 148 each, SHA0015 ? 14 each, SHA0018 ? 49 each, SHA0021 ? 190 each, SHA0062 ? 32 each, SHS0399 ? 133 each, TUA0009 ? 132 each per delivery order and a maximum delivery order for BAA0046 ? 250 each, SHA0015 ?30 each, SHA0018 ? 100 each, SHA0021 - 280 each, SHA0062 ? 64 each, SHS0399 ? 266 each, TUA0009 ? 264 each 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 quote 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). 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 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 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. 52.204-4 Printed or Copied Doubled-Sided on Recycled Paper. 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, RFP Number MT758-06, fax your offer to (202) 305-2091 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Friday, October 13, 2006, 2:00 p.m., Eastern Standard Time. See Note 1.
 
Record
SN01149252-W 20060922/060920220327 (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.