Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

23 -- Off Highway Trailer Jockey

Notice Date
12/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
FN002-09RFQ
 
Response Due
12/18/2008
 
Archive Date
1/2/2009
 
Point of Contact
Nancy Keeler,, Phone: 734-439-1511, ext 372, Tatea L Cavanaugh,, Phone: 202-305-7302
 
E-Mail Address
nancy@central.unicor.gov, tcavanaugh@central.unicor.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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 isFN002-09RFQ 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 Prison Acquisition Circular 2005-08. In accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside, this requirement is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 423110 and small business size standard is 100. UNICOR intends to purchase one (1) Off Highway Trailer Jockey for UNICOR Schuylkill Minerville, PA. Item 0001: 2009 TJ5000 - Off Highway Trailer Jockey Terminal Tractor Equipped as follows: ENGINE:Cummins QSBT3 @ 167 HP, w/CAC TRANSMISSION:Allison RDS-3500 Electronic Transmission (Gears 1-3) FRONT AXLE:Eaton E1322I, 13,200 lb. Capacity STEERING:Full Hydrostatic Power w/ Double Acting Cylinder REAR AXLE:Eaton 23-170, 7.83:1 Ratio, 30,000 lb Terminal Rating SUSPENSION:Rigid WHEELBASE:116#, 82# Between Cab and Center 5th Wheel (In Up Position) and Cab FIFTH WHEEL:Holland Hitch, FW35 - 70,000 lb. Capacity LIFT CYLINDERS:5# Diameter, 70,000 lb. Lift Capacity, 16# Lift Height TIRES & WHEELS:General S371 11R 22.5 - Front & Rear, Stud Piloted - Wheels EXHAUST:Vertical PAINT:Cab-White; Frame-Black; Bumper-Black; Wheels-White CAB STANDARD FEATURES:Texas Tall Cab 72#; Electric Cab Tilt; Back-up Alarm; Improved Driver Ergonomics; Enlarged Viewing Area; Tinted Glass; Level Sweep-out Floor; Back Lit Instrumentation; Vista IIE Metal Dash, w/Printed Circuit Board; Insulated Firewall Covering; National Cushion Air Driver#s Seat on Center; Seat Belt; 45,000 BTU Air Heater; Overhead Glove Compartment. FRAME STANDARD FEATURES: ASTM A572, 12# X 3# @ 25 lbs./ft. Preformed Structural Steel Side Rails, Reinforced to 35.2 lbs./ft. Total RBM - 4,248,960 in-lbs. 50 degree Taper Curb Side Deck and Bumper; Tow Hooks Front; 18# Double Reinforced Front Bumper; 50 Gallon Rectangular Fuel Tank; two (2) Group 31, 600 CCA Maintenance Free Batteries. ADDITIONAL STANDARD ITEMS: # Dedicated Cab Platform - 11# Formed Steelface, Full 6# Deep Reinforced Floor # Automatic Brake Slack Adjusters # Electric Windshield Wipers # Door Locks # 50 Gallon Left-Hand Step Tank, w/10# Deep Step # Windshield Header Mounted Glove Box # Recessed Rear/Stop Lights & Back-up Lights - LED # Five Top-of-Cab Clearance Lights - LED # Air Intake Mounted Restriction Gauge # 45,000 BTU Heater/Defroster # Rear Frame Rail Extension # Gauge Package: Volt Meter, Oil Pressure, Water Temperature, Fuel Level, Air Pressure, Hour Meter, Tachometer, Odometer & Speedometer # Warning Devices: High Beam Headlight Indicator, Turn Signal-hazard Flasher Indicator, Low Fuel and Low Air Pressure Light & Buzzer, Light and Buzzer for Engine Oil Pressure # 15.2 CFM Air Compressor # One Piece Cab Design (Fixed Hood) # Tractor Specific Parts Books / Wiring Schematics # 2008 Electrical Enhancements o Multiplexer Module, w/LED Diagnostics o Power Distribution Center (PDC) Upgrade o Heavy-Duty, Environmentally Sealed, Gold Plated Connectors o Weather Proof, Frame Mounted, Relay & Breaker Enclosure ADDITIONAL FEATURES: Two Tiered Step RS Bendix AD-9 Air Dryer Amber Strobe Light Two Rear Facing Flood Lights Cab Fan Activate 2-Way Shutdown w/10 min Idle Dock Bumpers LS & RS Dual Cab Guards Left Side Single RS Spray Bedliner Back of Cab and Engine Cowling 5# Gladhand Bucket Air Horn Spin Aire Pre Cleaner Spacing on Right Side for Extra 40 Gallon Fuel Tank General S371 11R 22.5 Front & Rear Engine Block Heater Cab Pump Enclosure Lever Shift Metal Park and Emergency Valves Bolt on Right Side Mirror Post Heated Mirrors Tectyl Undercoating AM/FM Radio Cab Air Ride QUOTE AS SEPARATE ITEMS: Lubriquip System Interlocking rear differential On-spot drop down tire chains Include freight in quote to ship to zip code 17954. Delivery is requested within 90 days after receipt of order or sooner. Any Questions on solicitation shall be directed to Nancy Keeler by email at nancy@central.unicor.gov. Any questions addressed via phone will not be answered." ADMINISTERED BY: This contract will be administered by: UNICOR, Federal Correctional Institution, 4002 E. Arkona Road, Milan, MI 48160 ATTN: Nancy Keeler. Written communications shall make reference to the contract number and shall be mailed to the above address. Offers shall indicate below the complete mailing address (including the nine digit ZIP code) to which remittance should be mailed if such address is other that that shown in block 15A, Page 1 (Standard form 1449), they shall enter it below: Payee Name (Contractor):________________________ Check Remittance Address: Any Questions or problems regarding payment should be directed to Central. Accounts Payable, Butner NC ****please note no invoices should be mailed to the factory locations. By doing this payment will not be made**** All invoices shall be mailed to: UNICOR FPI Central Acct Payable P.O. Box 4000 Butner, NC 27509-4000 Section F 52.211-11 Liquidated Damages - Supplies, Services, or Research and Development. (SEP 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of 2% per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default - Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default - Fixed-Price Supply and Service clause in this contract. The following FAR clauses and provisions apply to this acquisition: 52.247-34 Destination, delivery shall be FOB destination to UNICOR Schuylkill, I-81 & route 901 West Exit 116, Minersville, PA 17954. 52.202-1 Definitions (JUL 2004) 52.203-5 Covenant against Contingent Fees. (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-7 Anti-Kickback Procedures (JUL 1995) 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.211-16 Variation in Quantity with 0%percent increase or 0%percent decrease; 52.212-1 Instructions to Offers - Commercial; 52.212-2 Evaluation - Commercial Items, significant evaluation factors are past performance and price. 52.212-3 Offers 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. 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) I.9 52.233 Disputes (July 2002) (DEVIATION) (a) This contract is not subject to the Contract Disputes Act of 1978 (41 U.S.C.601 (b) All disputes arising under or relating to this contract shall be resolved under this clause. (c) A claim as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim. The submission may be converted to a claim by complying with the submission and certification requirements of this clause, if it is disputed either as a liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: AI certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor. @ (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For the Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the contractor, render a decision within 60 days of the request. For contractor certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer=s decision shall be final unless the Contractor appeals to the Chief, Procurement Branch, UNICOR, Federal Prison Industries within 90 days of the date of the Contractors receipt of the adverse decision. The decision of the Chief, Procurement Branch on a Contractors appeal will be final. (g) Within 10 days of the Contractors receipt of an adverse Contracting Officers decision on a claim, the Contractor may request, and Federal Prison Industries will participate in, non alternative dispute resolution (ADR) by means mutually acceptable to the parties. Any ADR shall be completed within 60 days of the Contractors request, unless the parties agree to a longer period. A Contractors request for, and participation in, ADR will not toll the 90 day time limit within which to appeal an adverse Contracting Officers decision to the Chief, Procurement Branch. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. 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,Payments of Electronic Funds Transfer - Central Contractor Registration; 52.233-4 Applicable Law for Breach of contract claim 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (FED 2006) (a) The Contractor shall comply with the following Far Clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items. 52.216-18 Ordering. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the schedule. Ordering, orders may be issued under the resulting contract from the date of award through end of the warranty period. 52.216-19, Order Limitation applies with (a) minimum order of 1ea ; (b)(1) max order for a single item in excess of 1 ea.; and (b)(2) any order for a combination in excess 1 ea 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 five (5) 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 two (2) calendar days after issuance with a written statement expressing the contractor's intent not to ship; 216-24 Limitation of Government Liability. 52.216-25 Contract Definitization. 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962 (c)(3) (A) (ii)). (ii) Alternate I of 52.223-9 (42 U.S.C. 6962 (i) (2) ©). 52.223-13, Certification of Toxic Chemical Release Reporting. 52.223-14, Toxic Chemical Release Reporting (AUG 2003) 52.225-13, Restrictions on Certain Foreign Purchases. (FEB 2006). 52.232-1, Payments (APR 1984) 52.232-34, Payment by Electronic Funds Transfer - Other then Central Contractor Registration. (MAY 1999) 52.233-2 Service of Protest. 52.233-3 Protest after Award. 52.233-4, Applicable Law for Breach of Contract Claim. 52.244-6, Subcontracts for Commercial Items. SECTION K - REPRESENTATIONS AND CERTIFICATIONS 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. All offerors must be registered in ORCA. 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 athttp://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Although architect-engineer firms can voluntarily submit the Standard Form (SF) 330 Part II through ORCA, they still must submit this form to each agency for which it wants to be considered for projects that are not publicly announced. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your companies ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help. Teresa Sorrenti, IAE Program Manager Integrated Acquisition Environment, @011 Crystal Drive, Crystal Park 1, Suite 911, Arlington, VA 22202. Tel. 703-872-8600, Fax 703-872-8598, email integrated,acquisition@gsa.gov, http:egov.gsa.gov If you have already registerein the ORCA database, please complete information below and return with written proposal. Certification that all of your representations and certifications in ORCA are current. Reps and Certs Data is complete and accurate as of Date: ________________________ Signature _______________________________________ Changes: _______________________________________ All offerors must complete the Business Management questionnaire attached below: INSTRUCTIONS: Offerors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are same/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. PLEASE NOTE: REFERENCES SHALL BE SAME OR SIMILAR TYPE ITEMS ONLY. All references provided may or may not be used in the evaluation of the contractor's performance. List one reference per form. (Form may be duplicated) NOTE: If you performed any contracts for UNICOR, list them first. Reference #1: Name, Address, Telephone number, fax number, email address and point of contact. Contract Number: Type of Contract: Contract Dollar Value: Description of supply or service provided: RESPONSIBLE PROSPECTIVE CONTRACTORS Supplement: LCL APPR Per FAR subpart 9.1, the following data is required from prospective contractors to determine financial responsibility. Name of Bank/Financial Institution: Address: Telephone Number: Point of Contact: EVALUATION OF PAST PERFORMANCE - In accordance with FAR 15.305(a)(2), the Contracting Officer will evaluate factors for award of the offeror's record of past performance, adherence to contract schedules, cooperative behavior and commitment to customer satisfaction, evaluation factors based on detailed information received from the Business Questionnaire in Section L, and information received from past contracts and any additional data obtained by the Government, i.e., current contracts. Offeror has the opportunity to submit, in their proposal, any problems and resolutions to those problems that Offeror has had with past customers. Recent contracts will be examined to ensure that corrective measures have been implemented. Prompt corrective action in isolated instances may not outweigh overall negative trends. BASIS FOR AWARD - The Contracting Officer will make award to the offeror whose proposal represents the best overall expected value and that is considered most advantageous to its interests based on the criteria specified in this solicitation. The Contracting Officer will develop a level of confidence assessment rating for each offeror. This rating will be used to adjust the Government's evaluation of the offeror's proposal, and may highly influence the determination of which offeror represents the best overall expected value. If an offeror, or the proposed offeror do not have any past performance history relating to this solicitation, neither a favorable or unfavorable evaluation will be given. In determining which offeror represents the best overall value, the Contracting Officer will consider the following factors: Past Performance. The offeror's records of past performance, and to what extent the performance has been satisfactory. The Offeror's cooperative behavior and commitment to customer satisfaction with the Government, public and private agencies. The timeliness of performance taking into account excusable delays. With past performance being the most important factor in the level of confidence assessment rating. Poor Unfavorable Marginal More unfavorable than favorable Good More favorable than unfavorable Excellent Entirely favorable Firms lacking relevant past performance history: neither a favorable or unfavorable evaluation Price - Those subfactors, as set forth in "Evaluation Criteria", upon which a comparative ranking of proposals will be based in accordance with relative order of importance accorded each factor: The evaluation criteria and sub factors are listed above and address the completeness of requirement and will be evaluated in the order of their relative importance. Past Performance, and Price Offerors are advised that the Government intends to evaluate proposals and award without discussions. Therefore, the initial proposal should contain the offerors best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Tradeoff Process: It may be in the government best interest to consider award to other than the lowest priced offeror or other than the highest technical rated offeror. This process may include tradeoffs among cost/price and non cost factors and allows the Government to accept other than the lowest prices proposal if the perceived benefits of the higher priced proposal are determined to merit the additional cost. All Offerors must complete the ACH form and the CCR Registration, which can be found on UNICOR's webpage at www.unicor.gov. For the ACH form click on business commercial opportunities, navigate to, procurement forms and click on ACH form and print. For CCR Registration scroll down the page to Central Contractor Registration and complete internet based form. Offers received after the exact time and date specified will not be considered. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the government. The following factors shall be used to evaluate proposals: List in order of importance: Past Performance, meet specifications and price. A written notice of award or acceptance of an offer will be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. All responsible offerors may submit a proposal which will be considered. PROPOSAL SUBMISSION REQUIREMENTS: Offerors may fax proposals to 734-439-8759, ATTN: Nancy Keeler, the fax cover sheet shall reference the solicitation number and offer closing date. Closing date for FN002-09RFQ is December 18, 2008 at 2:00p.m. (EST). No late offers will be considered for award. Original proposal shall be received within two (2) days of offers closing date. This information shall be displayed on the outside of the envelope with the solicitation number and offers closing date. All Offerors must acknowledge all amendments if any. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Each proposal package shall consist of the following completed and signed documents: all amendments issued, CCR Registration, ACH Form and ORCA (Section K), Business Management Questionnaire (Section L). Failure of an offeror to complete any of the requirements prior to closing date of solicitation, may prevent consideration for award. If you are not registered in the CCR you may do so by logging onto www.ccr.gov and clicking on new registration. The Government may make award without discussions - therefore, the offerors initial offer should contain offeror's best pricing, however the government reserves the right to conduct negotiations if later determined necessary. Any amendments hereby issued shall be signed and return by offer closing date and time. 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. 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 isFN002-09RFQ 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 Prison Acquisition Circular 2005-08. In accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside, this requirement is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 423110 and small business size standard is 100. UNICOR intends to purchase one (1) Off Highway Trailer Jockey for UNICOR Schuylkill Minerville, PA. Item 0001: 2009 TJ5000 - Off Highway Trailer Jockey Terminal Tractor Equipped as follows: ENGINE:Cummins QSBT3 @ 167 HP, w/CAC TRANSMISSION:Allison RDS-3500 Electronic Transmission (Gears 1-3) FRONT AXLE:Eaton E1322I, 13,200 lb. Capacity STEERING:Full Hydrostatic Power w/ Double Acting Cylinder REAR AXLE:Eaton 23-170, 7.83:1 Ratio, 30,000 lb Terminal Rating SUSPENSION:Rigid WHEELBASE:116#, 82# Between Cab and Center 5th Wheel (In Up Position) and Cab FIFTH WHEEL:Holland Hitch, FW35 - 70,000 lb. Capacity LIFT CYLINDERS:5# Diameter, 70,000 lb. Lift Capacity, 16# Lift Height TIRES & WHEELS:General S371 11R 22.5 - Front & Rear, Stud Piloted - Wheels EXHAUST:Vertical PAINT:Cab-White; Frame-Black; Bumper-Black; Wheels-White CAB STANDARD FEATURES:Texas Tall Cab 72#; Electric Cab Tilt; Back-up Alarm; Improved Driver Ergonomics; Enlarged Viewing Area; Tinted Glass; Level Sweep-out Floor; Back Lit Instrumentation; Vista IIE Metal Dash, w/Printed Circuit Board; Insulated Firewall Covering; National Cushion Air Driver#s Seat on Center; Seat Belt; 45,000 BTU Air Heater; Overhead Glove Compartment. FRAME STANDARD FEATURES: ASTM A572, 12# X 3# @ 25 lbs./ft. Preformed Structural Steel Side Rails, Reinforced to 35.2 lbs./ft. Total RBM - 4,248,960 in-lbs. 50 degree Taper Curb Side Deck and Bumper; Tow Hooks Front; 18# Double Reinforced Front Bumper; 50 Gallon Rectangular Fuel Tank; two (2) Group 31, 600 CCA Maintenance Free Batteries. ADDITIONAL STANDARD ITEMS: # Dedicated Cab Platform - 11# Formed Steelface, Full 6# Deep Reinforced Floor # Automatic Brake Slack Adjusters # Electric Windshield Wipers # Door Locks # 50 Gallon Left-Hand Step Tank, w/10# Deep Step # Windshield Header Mounted Glove Box # Recessed Rear/Stop Lights & Back-up Lights - LED # Five Top-of-Cab Clearance Lights - LED # Air Intake Mounted Restriction Gauge # 45,000 BTU Heater/Defroster # Rear Frame Rail Extension # Gauge Package: Volt Meter, Oil Pressure, Water Temperature, Fuel Level, Air Pressure, Hour Meter, Tachometer, Odometer & Speedometer # Warning Devices: High Beam Headlight Indicator, Turn Signal-hazard Flasher Indicator, Low Fuel and Low Air Pressure Light & Buzzer, Light and Buzzer for Engine Oil Pressure # 15.2 CFM Air Compressor # One Piece Cab Design (Fixed Hood) # Tractor Specific Parts Books / Wiring Schematics # 2008 Electrical Enhancements o Multiplexer Module, w/LED Diagnostics o Power Distribution Center (PDC) Upgrade o Heavy-Duty, Environmentally Sealed, Gold Plated Connectors o Weather Proof, Frame Mounted, Relay & Breaker Enclosure ADDITIONAL FEATURES: Two Tiered Step RS Bendix AD-9 Air Dryer Amber Strobe Light Two Rear Facing Flood Lights Cab Fan Activate 2-Way Shutdown w/10 min Idle Dock Bumpers LS & RS Dual Cab Guards Left Side Single RS Spray Bedliner Back of Cab and Engine Cowling 5# Gladhand Bucket Air Horn Spin Aire Pre Cleaner Spacing on Right Side for Extra 40 Gallon Fuel Tank General S371 11R 22.5 Front & Rear Engine Block Heater Cab Pump Enclosure Lever Shift Metal Park and Emergency Valves Bolt on Right Side Mirror Post Heated Mirrors Tectyl Undercoating AM/FM Radio Cab Air Ride QUOTE AS SEPARATE ITEMS: Lubriquip System Interlocking rear differential On-spot drop down tire chains Include freight in quote to ship to zip code 17954. Delivery is requested within 90 days after receipt of order or sooner. Any Questions on solicitation shall be directed to Nancy Keeler by email at nancy@central.unicor.gov. Any questions addressed via phone will not be answered." ADMINISTERED BY: This contract will be administered by: UNICOR, Federal Correctional Institution, 4002 E. Arkona Road, Milan, MI 48160 ATTN: Nancy Keeler. Written communications shall make reference to the contract number and shall be mailed to the above address. Offers shall indicate below the complete mailing address (including the nine digit ZIP code) to which remittance should be mailed if such address is other that that shown in block 15A, Page 1 (Standard form 1449), they shall enter it below: Payee Name (Contractor):________________________ Check Remittance Address: Any Questions or problems regarding payment should be directed to Central. Accounts Payable, Butner NC ****please note no invoices should be mailed to the factory locations. By doing this payment will not be made**** All invoices shall be mailed to: UNICOR FPI Central Acct Payable P.O. Box 4000 Butner, NC 27509-4000 Section F 52.211-11 Liquidated Damages - Supplies, Services, or Research and Development. (SEP 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of 2% per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default - Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default - Fixed-Price Supply and Service clause in this contract. The following FAR clauses and provisions apply to this acquisition: 52.247-34 Destination, delivery shall be FOB destination to UNICOR Schuylkill, I-81 & route 901 West Exit 116, Minersville, PA 17954. 52.202-1 Definitions (JUL 2004) 52.203-5 Covenant against Contingent Fees. (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-7 Anti-Kickback Procedures (JUL 1995) 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.211-16 Variation in Quantity with 0%percent increase or 0%percent decrease; 52.212-1 Instructions to Offers - Commercial; 52.212-2 Evaluation - Commercial Items, significant evaluation factors are past performance and price. 52.212-3 Offers 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. 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) I.9 52.233 Disputes (July 2002) (DEVIATION) (a) This contract is not subject to the Contract Disputes Act of 1978 (41 U.S.C.601 (b) All disputes arising under or relating to this contract shall be resolved under this clause. (c) A claim as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim. The submission may be converted to a claim by complying with the submission and certification requirements of this clause, if it is disputed either as a liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: AI certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor. @ (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For the Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the contractor, render a decision within 60 days of the request. For contractor certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer=s decision shall be final unless the Contractor appeals to the Chief, Procurement Branch, UNICOR, Federal Prison Industries within 90 days of the date of the Contractors receipt of the adverse decision. The decision of the Chief, Procurement Branch on a Contractors appeal will be final. (g) Within 10 days of the Contractors receipt of an adverse Contracting Officers decision on a claim, the Contractor may request, and Federal Prison Industries will participate in, non alternative dispute resolution (ADR) by means mutually acceptable to the parties. Any ADR shall be completed within 60 days of the Contractors request, unless the parties agree to a longer period. A Contractors request for, and participation in, ADR will not toll the 90 day time limit within which to appeal an adverse Contracting Officers decision to the Chief, Procurement Branch. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. 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,Payments of Electronic Funds Transfer - Central Contractor Registration; 52.233-4 Applicable Law for Breach of contract claim 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (FED 2006) (a) The Contractor shall comply with the following Far Clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items. 52.216-18 Ordering. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the schedule. Ordering, orders may be issued under the resulting contract from the date of award through end of the warranty period. 52.216-19, Order Limitation applies with (a) minimum order of 1ea ; (b)(1) max order for a single item in excess of 1 ea.; and (b)(2) any order for a combination in excess 1 ea 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 five (5) 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 two (2) calendar days after issuance with a written statement expressing the contractor's intent not to ship; 216-24 Limitation of Government Liability. 52.216-25 Contract Definitization. 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962 (c)(3) (A) (ii)). (ii) Alternate I of 52.223-9 (42 U.S.C. 6962 (i) (2) ©). 52.223-13, Certification of Toxic Chemical Release Reporting. 52.223-14, Toxic Chemical Release Reporting (AUG 2003) 52.225-13, Restrictions on Certain Foreign Purchases. (FEB 2006). 52.232-1, Payments (APR 1984) 52.232-34, Payment by Electronic Funds Transfer - Other then Central Contractor Registration. (MAY 1999) 52.233-2 Service of Protest. 52.233-3 Protest after Award. 52.233-4, Applicable Law for Breach of Contract Claim. 52.244-6, Subcontracts for Commercial Items. SECTION K - REPRESENTATIONS AND CERTIFICATIONS 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. All offerors must be registered in ORCA. 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 athttp://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Although architect-engineer firms can voluntarily submit the Standard Form (SF) 330 Part II through ORCA, they still must submit this form to each agency for which it wants to be considered for projects that are not publicly announced. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your companies ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help. Teresa Sorrenti, IAE Program Manager Integrated Acquisition Environment, @011 Crystal Drive, Crystal Park 1, Suite 911, Arlington, VA 22202. Tel. 703-872-8600, Fax 703-872-8598, email integrated,acquisition@gsa.gov, http:egov.gsa.gov If you have already registerein the ORCA database, please complete information below and return with written proposal. Certification that all of your representations and certifications in ORCA are current. Reps and Certs Data is complete and accurate as of Date: ________________________ Signature _______________________________________ Changes: _______________________________________ All offerors must complete the Business Management questionnaire attached below: INSTRUCTIONS: Offerors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are same/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. PLEASE NOTE: REFERENCES SHALL BE SAME OR SIMILAR TYPE ITEMS ONLY. All references provided may or may not be used in the evaluation of the contractor's performance. List one reference per form. (Form may be duplicated) NOTE: If you performed any contracts for UNICOR, list them first. Reference #1: Name, Address, Telephone number, fax number, email address and point of contact. Contract Number: Type of Contract: Contract Dollar Value: Description of supply or service provided: RESPONSIBLE PROSPECTIVE CONTRACTORS Supplement: LCL APPR Per FAR subpart 9.1, the following data is required from prospective contractors to determine financial responsibility. Name of Bank/Financial Institution: Address: Telephone Number: Point of Contact: EVALUATION OF PAST PERFORMANCE - In accordance with FAR 15.305(a)(2), the Contracting Officer will evaluate factors for award of the offeror's record of past performance, adherence to contract schedules, cooperative behavior and commitment to customer satisfaction, evaluation factors based on detailed information received from the Business Questionnaire in Section L, and information received from past contracts and any additional data obtained by the Government, i.e., current contracts. Offeror has the opportunity to submit, in their proposal, any problems and resolutions to those problems that Offeror has had with past customers. Recent contracts will be examined to ensure that corrective measures have been implemented. Prompt corrective action in isolated instances may not outweigh overall negative trends. BASIS FOR AWARD - The Contracting Officer will make award to the offeror whose proposal represents the best overall expected value and that is considered most advantageous to its interests based on the criteria specified in this solicitation. The Contracting Officer will develop a level of confidence assessment rating for each offeror. This rating will be used to adjust the Government's evaluation of the offeror's proposal, and may highly influence the determination of which offeror represents the best overall expected value. If an offeror, or the proposed offeror do not have any past performance history relating to this solicitation, neither a favorable or unfavorable evaluation will be given. In determining which offeror represents the best overall value, the Contracting Officer will consider the following factors: Past Performance. The offeror's records of past performance, and to what extent the performance has been satisfactory. The Offeror's cooperative behavior and commitment to customer satisfaction with the Government, public and private agencies. The timeliness of performance taking into account excusable delays. With past performance being the most important factor in the level of confidence assessment rating. Poor Unfavorable Marginal More unfavorable than favorable Good More favorable than unfavorable Excellent Entirely favorable Firms lacking relevant past performance history: neither a favorable or unfavorable evaluation Price - Those subfactors, as set forth in "Evaluation Criteria", upon which a comparative ranking of proposals will be based in accordance with relative order of importance accorded each factor: The evaluation criteria and sub factors are listed above and address the completeness of requirement and will be evaluated in the order of their relative importance. Past Performance, and Price Offerors are advised that the Government intends to evaluate proposals and award without discussions. Therefore, the initial proposal should contain the offerors best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Tradeoff Process: It may be in the government best interest to consider award to other than the lowest priced offeror or other than the highest technical rated offeror. This process may include tradeoffs among cost/price and non cost factors and allows the Government to accept other than the lowest prices proposal if the perceived benefits of the higher priced proposal are determined to merit the additional cost. All Offerors must complete the ACH form and the CCR Registration, which can be found on UNICOR's webpage at www.unicor.gov. For the ACH form click on business commercial opportunities, navigate to, procurement forms and click on ACH form and print. For CCR Registration scroll down the page to Central Contractor Registration and complete internet based form. Offers received after the exact time and date specified will not be considered. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the government. The following factors shall be used to evaluate proposals: List in order of importance: Past Performance, meet specifications and price. A written notice of award or acceptance of an offer will be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. All responsible offerors may submit a proposal which will be considered. PROPOSAL SUBMISSION REQUIREMENTS: Offerors may fax proposals to 734-439-8759, ATTN: Nancy Keeler, the fax cover sheet shall reference the solicitation number and offer closing date. Closing date for FN002-09RFQ is December 18, 2008 at 2:00p.m. (EST). No late offers will be considered for award. Original proposal shall be received within two (2) days of offers closing date. This information shall be displayed on the outside of the envelope with the solicitation number and offers closing date. All Offerors must acknowledge all amendments if any. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Each proposal package shall consist of the following completed and signed documents: all amendments issued, CCR Registration, ACH Form and ORCA (Section K), Business Management Questionnaire (Section L). Failure of an offeror to complete any of the requirements prior to closing date of solicitation, may prevent consideration for award. If you are not registered in the CCR you may do so by logging onto www.ccr.gov and clicking on new registration. The Government may make award without discussions - therefore, the offerors initial offer should contain offeror's best pricing, however the government reserves the right to conduct negotiations if later determined necessary. Any amendments hereby issued shall be signed and return by offer closing date and time. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=33f9d650930e4a76d15eee8d90b846f2&tab=core&_cview=1)
 
Place of Performance
Address: UNICOR Schuylkill, I-81 & Route 901 West Exit 116, Minersville, Pennsylvania, 17954, United States
Zip Code: 17954
 
Record
SN01719079-W 20081217/081215215530-33f9d650930e4a76d15eee8d90b846f2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.