Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOLICITATION NOTICE

71 -- Ergonomic Seating Components

Notice Date
9/27/2010
 
Notice Type
Presolicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
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
FN1321-10
 
Archive Date
2/15/2011
 
Point of Contact
Tatea R Cavanaugh, Phone: 202-305-7302, Linda K. Luke-Kerr, Phone: 814-362-4155
 
E-Mail Address
tcavanaugh@central.unicor.gov, lluke@central.unicor.gov
(tcavanaugh@central.unicor.gov, lluke@central.unicor.gov)
 
Small Business Set-Aside
N/A
 
Description
UNICOR intends to enter into a One (1) Base Year with Four (4) one year options if exercised Indefinite Delivery Indefinite Quantity type contract for Ergonomic seating components for USP Allenwood, Federal Prison Industries, Route 15 South, White Deer, PA 17887; FCI Beckley 1600 Industrial Park Road, Beckley, WV 25813; FCI Florence, Federal Correctional Complex, Federal Prison Industries, 5880 State Highway 67, South, Florence, Colorado 81226; and FCI Schuylkill, Interstate 81 and Route 901, Minersville, PA 17954. The period of performance will begin on March 15, 2011. Solicitation number is FN1321-10 and this solicitation is issued as a Request For Proposal(RFP). Offerors will provide a comprehensive ergonomic style seating line and must demonstrate a proven track record in the manufacturing of seating. In addition, offerors manufacturing facilities must be ISO 9001 certified and all processes involved in the seating lines production shall be completely documented. The various styles of seating lines should have a minimum structural integrity of 10 years. Seating lines shall have at a minimum of 10 years parts and durability warranty. All components must meet appropriate ANSI/BIFMA Standards for Office Chairs ANSI/BIFMA X5.1-2002 as stated in the solicitation document. FPI reserves the right to vertically integrate including the manufacture of any chair components or subcomponents. This seating line will become part of FPI's office seating program. As such it is critical that these chairs offer a marketable combination of price, aesthetics, comfort and features. The chairs should successfully maintain a family appearance, be attractive and contemporary with today's design, features and adjustability, and compliment FPI'S existing seating products lines and offer long term comfort. Product Warranty: All products manufactured and/or supplied by the contractor(s) under this contract will be warranted for life of the product to be free from defect in material or workmanship. Components not manufactured by the contractor(s) are subject to the same standard applicable manufacturer's warranties. Copies of the manufacturers' warranties will be provided to FPI on all products at the time of award or after modification to include all new items. Offeror may be required to maintain c onsignment inventory. Specifications and quantities will be listed in detail in the solicitation. Delivery of items will be 30 days for the initial delivery order and 7 days for each subsequent delivery order. The minimum delivery order $1,000.00 per delivery order. Maximum delivery order $500,000.00 per delivery order. Variation in quantity is +/- 10%. Offerors are advised that the Government intends to evaluate offers and award on a multiple award basis. Offerors shall submit signed and dated offers to UNICOR, Federal Prison Industries, 400 First Street NW, Room 7012, Washington, DC 20534, Attn: Tee Cavanaugh, Senior Contracting Officer. Offerors may also submit proposals via fax at 202-353-7794 or email to tcavanaugh@central.unicor.gov. Email proposal shall be sent as an Adobe PDF files and offerors shall contact Tee Cavanaugh to verify receipt of proposal. All questions shall be asked in wirting and shall be submitted to Tee Cavanaugh at tcavanaugh@central.unicor.gov and Linda Kerr Lluke @central.unicor.gov the email subject line shall state the Solicitation number FN1321-10. For email and fax proposals, an originally signed SF1449 must be received by the contracting officer within 1 day of offer closing date and time. Offerors shall submit three (3) copies of the written proposal. All offerors must complete the Business Management questionnaire with three references that are same or similar in scope to this requirement. Offerors must also complete the ACH form which can be found at www.unicor.gov, contracting opportunities, for vendors, electronic vendor payment, CCR Registration at https://www.bpn.gov/ccr and ORCA at https://orca.bpn.gov/login.aspx prior to submission of offer. Failure to complete and submit above information will result in your firm not receiving an award. All offerors must acknowledgment all amendments if any. 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(s) whose offer represents the best value to the government. All offerors will be required to submit with written proposals a Bill of Materials with price breakdown, vendor part number, and detailed description of each component part offered. After competitive range has been determined, UNICOR may select up to the top five (5) offerors to conduct oral presentations to include product. The oral presentations will be held in our headquarters location in Washington, DC. 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. 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. N o copies of the solicitation will be mailed. All responsible Offerors may submit a proposal which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FPI-UNICOR/MMB/FN1321-10/listing.html)
 
Place of Performance
Address: USP Allenwood, Federal Prison Industries, Route 15 South, White Deer, PA 17887, FCI Beckley 1600 Industrial Park Road, Beckley, WV 25813, FCI Florence, Federal Correctional Complex, Federal Prison Industries, 5880 State Highway 67, South, Florence, Colorado 81226, FCI Schuylkill, Interstate 81 and Route 901, Minersville, PA 17954., United States
 
Record
SN02298445-W 20100929/100927235128-1e4a4aec706c4f92f74635eb45ca6e3b (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.