Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2001 FBO #0013
PRESOLICITATION NOTICE

83 -- Cotton/Poly Fabric

Notice Date
12/13/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
TX00107-02
 
Response Due
12/31/2001
 
Archive Date
1/15/2002
 
Point of Contact
John Carlock, Contracting Officer, Phone 202-305-7390, Fax 202-305-7344,
 
E-Mail Address
jcarlock@central.unicor.gov
 
Description
This is a combined synopsis/solicitation for a supply commercial item prepared in accordance with the format in Subpart 12.6, a supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Solicitation Number is TX00107-02 and this solicitation is issued as a Request For Proposal. The solicitation document and incorporated provision and clauses are those in effect through federal Acquisition Circular 97-23, effective 2-20-01. The Standard Industrial Classification Code is 2221. UNICOR , Federal Prison Industries, intends to enter into an Indefinite Delivery/Indefinite Quantity type contract with One (1) Base Year and Two (2) option years, if exercised. Delivery is FOB Destination to FCI Jesup, GA. Delivery is required 45 days after receipt of Delivery Order. A contractor=s APoint-of-Contact@ must be included by the vendor for notification of damaged goods received. Contract to be awarded as a whole lot comprised of the following Line Item 0001: FAB1794 cloth, tubular cotton/poly, 50 percent cotton (+/-5percent), remaining percent polyester, heather gray, 20 inches W, #467, qty 5,000 yd. Item 0002: FAB1795 cloth, tubular cotton/poly, 50 percent cotton (+/-5percent), remaining percent polyester, heather gray, 22 inches W, #467, qty 250,000 yd. Item 0003: FAB1796 cloth, tubular cotton/poly, 50 percent cotton (+/-5percent), remaining percent polyester, heather gray, 24 inches W, #467, qty 250,000 yd. Item 0004: FAB1797 cloth, tubular cotton/poly, 50 percent cotton (+/-5percent), remaining percent polyester, heather gray, 26 inches W, #467, qty 100,000 yd. Item 0005: FAB1798 cloth, tubular cotton/poly, 50 percent cotton (+/-5percent), remaining percent polyester, heather gray, 28 inches W, #467, qty 50,000 yd. Item 0006: FAB1799 cloth, cotton/poly, 50 percent cotton (+/-5percent), remaining percent polyester, heather gray, 28 inches W, #467, 1 inch rib, tubular jersey knit, qty 30,000 yd. Minimum Guaranteed: Item 0001 1,000 yds, Item 0002 20,000 yds, Item 0003 20,000 yds, Item 0004 10,000 yds, Item 0005 5,000 yds, Item 0006 5,000 yds. (Base Year quantities). Option Year 1 and Option Year 2 are the same quantities. The minimum delivery per order is 300 yds and maximum delivery per order is 100,000 yds. Maximum delivery order quantity amount for combination of line items is 275,000 yds. Delivery requirement: Forty-five (45) days ARO. Variation-in-Quantity is +2% /-2%. NO EXCEPTIONS. Place of Performance is UNICOR, FCI Jesup, GA, 2600 Highway 301 South, Jesup, GA 31545, the Factory Contracting Officer is Roger Holland, Telephone # 912-427-0870 Ext 716. The Contracting Officer Technical Representative (COTR) is Wanda Moody, 912-427-0870 Ext. 715. The contractor will only deliver items and quantities specified by individual delivery orders placed by authorized personnel either at the specific factory location and/or Central Office in Washington, D.C. with the exception of the contracting Officer= s Technical Representative (COTR). Funds are obligated by each individual Delivery Order (s) and not the contract itself. Prices will be FOB destination. Period of Performance is One Base Year with Two Option years, if exercised. Items shipped without a delivery order will be returned to the contractor at the contractor= s expense. The contractor will assure wrapping and packaging of the material to prevent damage and shifting during shipment. Contractor shall not be required to make any deliveries under this contract after 45 days after the expiration date of the contract. FCI Jesup, Delivery Hours are Monday thru Friday, 7:30 to 10:30 and 12:30pm to 2:00pm excluding Federal Holidays. The provision of FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2000), applies to this acquisition. Clause 52.212-2, Evaluation - Commercial Items (Jan 1999), is applicable. The proposal will be evaluated by the following Best Value Criteria: 1) Past Performance, (2) Technical Capabilities, (3) Price. This is an AALL OR NONE@ Award. The requirement is Domestic Only. The contractor is required to submit a Certificate of Conformance per 52.246-15 (Mar 1984) with each order. Interested contractors may submit a proposal to mailing address UNICOR, Federal Prison Industries, Clothing/Textiles Group, 400 First Street, 6th Floor, NW, Washington, D.C. 20534, ATTN: John Carlock, (if hand carried, Federal Express, UPS, etc.). Reference the solicitation number on the outside of the package. The following documents are required to be submitted to UNICOR No Later Than December 31, 2001 at 2:00pm EDT: Offeror= s are NOT to submit pricing with their initial proposals. Offerors must submit the following completed forms, except for pricing, by the deadline for submissions on December 31, 2001 (Pricing only accepted through the Competitive Bidding Event (CBE), as described herein). These forms are available for download at www.unicor.gov/procurement/proclothing.htm and w.unicor.gov/procurement/proforms.htm" : - SF 1449 or firm=s letterhead agreeing to all terms and conditions of the solicitation , - FPI 9999-999-9, Business Management Questionnaire must be completed with a minimum of three references not to exceed five of contracts that are of similar size and complexity. Include the following information: Contact person, telephone number, and the product provided. - ACH Vendor/Miscellaneous Payment Enrollment Form - FreeMarkets Agreement forms found on UNICOR website to Federal Prison Industries, Clothing/Textiles Group, ATTN: John Carlock, 400 First Street, NW, 6th Floor, Washington DC 20534. - FAX proposal to 202-305-7344 per FAR 52.215-5, Facsimile Proposals. All responsible/responsive contractors will be considered for award. - Clause 52.212-3 Offeror Representatives and Certifications - Commercial Items (Mar 2001), applicable; and acknowledgment of all amendments, if issued. Offeror will hold prices firm for 60 days from the date specified for receipt of offers. Offers that fail to furnish required representations and certificates or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors will NOT submit prices with the proposal by the closing date. The Contracting Officer has opted to conduct a competitive, anonymous, on-line reverse auction (Auction # CBE 5959) as described herein. The Contracting Entity has contracted with FreeMarkets Inc., for FreeMarkets to conduct the auction for this solicitation. FreeMarkets refers to such an auction as a Competitive Bidding Event (CBE). For the sake of consistency and to avoid confusion, this solicitation will similarly refer to such auction as a CBE. However, use of this phrase shall not be constructed to imply that this solicitation is being conducted under the procedures set forth at FAR Part 14. Rather, this solicitation is being conducted under the procedures set forth as FAR Part 15. During CBE, Offerors will provide pricing through submission of electronic offers via software that will be provided by FreeMarkets. The primary pricing competition for this solicitation will be through the online reverse auction. FreeMarkets will explain this process in detail and train each qualified offeror prior to the CBE. Offerors will have the ability to submit revised pricing during the CBE in response to prices submitted by other offerors. The identity of offerors will not revealed to each other during the CBE. The final such revision during the CBE will be considered the Offerors final proposal. The Contracting Officer reserves the right to conduct verbal or written discussion with respect to factors other than price with the offerors at anytime prior to award. During the CBE, Offerors may revise their initial pricing proposal through submission of electronic offers during the anonymous CBE. This CBE shall constitute discussions with the offerors. Time set for this CBE 2:00 PM to 3:00 PM is January 15, 2002 and is subject to change. The Contracting Officer reserves the right to suspend or cancel the CBE at any time. If the Contracting Officer cancels the CBE, Final Proposal Revisions will be requested by an amendment to the solicitation. Notwithstanding FAR 52.215-5, Offerors will submit pricing only through the online mechanism supplied by FreeMarkets. Offerors 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. At the conclusion of the CBE, UNICOR intends to award the contract, by Lot/Location, to the eligible, low-priced, best value, responsible offeror. The Contracting Officer reserves the right to award to other than the low-priced offeror or to make no award under the solicitation. Further information about the CBE is provided on the UNICOR= s website. Offerors may also contact Karen Tosch, Associate Market Maker, at FreeMarkets at (512) 358-9978 with specific questions about the CBE. See Attachment #A (Item Description & Specification and B (CBE Requirements & FreeMarkets Agreement forms) on UNICOR website. Reference 52.211-1. Documents cited in this solicitation may be obtained from the General services Administration, Federal Supply service Bureau, Specification Section, Suite 8100, 470 L=Enfant Plaza, S.W. Washington, DC 20407, Telephone 202-619-8978, FAX # 202-219-8978. This solicitation can be downloaded from UNICOR =s website - see Awww.unicor.gov/procurement/clothing/textiles@ . NO TELEPHONE REQUESTS OR PROPOSALS WILL BE ACCEPTED. For information regarding this solicitation or questions, contact John Carlock, Telephone # 202-305-7390, FAX # 202-305-7344 or e-mail address jcarlock@central.unicor.gov. Reference the quote number on the request. Clause 52.215-5, Facsimile Proposals (Oct 1997) is applicable and are acceptable. Facsimile written request shall be submitted to 202-305-7344. Proposals must be received by 2:00PM EDT, December 24, 2001. Numbering System (DUNS) Number is applicable. Clause 52.232-33 & 35, Mandatory information for Electronic funds Transfer (May 1999), applies to this acquisition. Due to electronic payment procedures, all vendors must supply your ACH Number and TIN Number with your quote. A completed ACH form must be on file prior to contract award. If proposal is not submitted on a Standard Form 1449, submit the proposal on Company= s letterhead, with a statement specifying the extent of agreement with all terms and conditions of this solicitation. Offers that fail to furnish required representation and certifications or reject the terms and conditions of the solicitation may be excluded from consideration. All responsible/responsive contractors will be considered for award. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offer within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before specified expiration date, the Government may accept an offer or part of an offer after its receipt unless a written notice or withdrawal is received before award. The offeror must specify business size. Provision FPI 1000E1 IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING SOURCE SELECTION Supplement: LCL APPR applies Reference FAR Clause 52.246-2, INSPECTION OF SUPPLIES - FIXED-PRICE (AUG 1996), paragraph (i) (1) AND (2), inspection of material to source sampling, the following clause titled IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING is hereby incorporated into and made a part of this contract: (a) The offeror or bidder shall indicate in paragraph (e) below the name and address of the laboratory or laboratories where components or end items will be tested during the course of any resultant contract. A Qualified Laboratories List (QLL) is available through the Commander, DPSC, 2800 South 20th Street, Philadelphia, PA 19101, ATTN: DPSC-POL. Any laboratory proposed by the contractor not on the QLL is subject to the approval of the Contracting Officer. (b) The Government QAR will cut samples from a lot at the textile component source and send them for testing to the Qualified Laboratory (QL) cited below. (The acceptability of each lot will be determined through the testing of these samples). In addition, the QAR will simultaneously cut samples from the same rolls of material and send them to the DPSC Laboratory. For end items, duplicate samples will be drawn. Source sampling procedures are detailed further in DPSC Manual, Quality Systems Requirement, 4155.3, which is incorporated by reference. (c) The prime contractor will notify the DPSC Laboratory (DPSC-POL #215-737-7052) in writing at least ten (10) days in advance when lots are to be presented to allow Government witnessing of QL testing. If the Government intends to witness testing, a representative from the DPSC laboratory will notify the QL. In the absence of Government notification, testing should proceed as scheduled. (d) If a laboratory is removed from the QLL during the course of a contract, DPSC will perform the required testing for up to 30 calendar days from the date of removal. The contractor is responsible for securing the services of another QL during this period. The charge for testing will be the DPSC Laboratory's effective cost rate on the date of testing. (e) Any change in the laboratory (laboratories) specified below is prohibited unless approved in advance by the Contracting Officer. NAME AND ADDRESS OF LABORATORY - []. COMPONENT IDENTIFY * - []. NAME AND ADDRESS COMPONENT SOURCE - []. * When a single lot of material requires testing by more than one laboratory for difference characteristics, list the name of the secondary laboratory and test characteristics below: NAME AND ADDRESS OF LABORATORY - []. COMPONENT IDENTIFY - []. TEST CHARACTERISTICS - []. (f) It is solely the prime contractor's responsibility to schedule QL testing and to obtain test reports. The cost of QL testing shall also be borne by the prime contractor. (g) Shipment of component materials to the prime contractor need not be deferred pending test results except when shade approval is required (see paragraph (h)). Cutting production lots without a passing QL test report on the corresponding samples is done at the contractor's own risk. (h) Shade evaluation is acceptance testing. Therefore, component lots may not be shipped to the prime contractor until the DPSC Laboratory accepts the shade of the material. Shade sampling for shading: (1) the swatches shall be identified and submitted to the DSCP Laboratory for shade evaluation. If one (1) or more of the shade swatches submitted are found unacceptable, the entire lot shall be REJECTED. A lot that was rejected for shade shall be screened and all pieces in the lot defective for shade shall be removed before such a lot is resubmitted. Resubmitted lots shall again be subjected to the sampling and shade evaluation prescribed herein. This requirement does not negate the contractor's responsibility to perform shade evaluation prior to submittal of a lot. (2) when Section 3 of the fabric specification contains a specific requirement for uniformity of shade and when the standard sample is referenced for uniformity of shade, the swatches submitted in accordance with (1) above shall also be evaluated for uniformity of shade. (3) the contractor's letter transmitting the swatches to: DSCP, Commander, Attn: DDPSC-FQL, 2800 South 20th Street, P.O. Box 8419, Philadelphia, PA 19101-8419, the swatches shall indicate the following: (a) Name of Prime contractor (b) Contract Number (c) Nomenclature (d) Government inspection lot number (e) Number of swatches submitted (f) QAR's name (g) Name and address of the QAR's base plant (h) Piece number of standard sample cited in contract (i) Tally list with piece numbers (not applicable to case swatching). UNICOR CBE# 5959 Offeror Agreement In consideration of the opportunity to participate in a "Competitive Bidding Event," _______________________ ("Offeror") agrees to the following terms and conditions: A. Solicitation. Offeror acknowledges that it has received, read and understood the Solicitation with respect to the supply of Textiles (the "items") in connection with a Competitive Bidding Event 5959 ("CBE") held by UNICOR ("Client") and conducted by FreeMarkets, Inc. ("FreeMarkets"). B. FreeMarkets an Independent Contractor. FreeMarkets is an independent contractor with respect to Client, Offeror and any other Offeror in the CBE. C. Limited Liability. Offeror hereby releases FreeMarkets from any liability with respect to the CBE, including any conduct of FreeMarkets or any Offeror in the CBE, regardless of whether such liability arises under contract, tort or any other theory. D. Confidentiality. Offeror shall keep all user names and passwords, the RFQ, other confidential materials provided by FreeMarkets and/or Client, and all bids provided by itself or another Offeror in confidence and shall not disclose the foregoing to any third party. Offeror shall also keep all software, manuals and documentation provided by FreeMarkets in confidence and if requested shall return the same to FreeMarkets at the conclusion of the CBE. General. This Agreement is governed by the laws of the State of Delaware without giving effect to principles of conflicts of law. This Agreement, the license agreement contained with the BidWare? software provided to Offeror ("License Agreement") constitutes the entire agreement between Offeror and FreeMarkets. Any waiver, modification or amendment of any provision of this Agreement, the License Agreement will be effective only if in writing and signed by FreeMarkets and Offeror. Procedures and Rules. Offeror further agrees to be bound by the following obligations and/or procedures applicable to Offeror: 1. OFFEROR OBLIGATIONS AND/OR PROCEDURES REGARDING PARTICIPATION IN THE CBE. 1.1 Offeror agrees that participation in the CBE is further contingent upon its acceptance of the terms and conditions of the License Agreement. 1.2 Price bids which Offeror submits through FreeMarkets are legally valid quotations without qualification, except for data entry errors. 1.3 Offeror agrees to submit bids only through the online bidding mechanism supplied by FreeMarkets and not to submit bids via any other mechanism including, but not limited to, post, courier, fax, E-mail, or orally unless specifically requested by Client or FreeMarkets. 1.4 In addition to any other remedies available to FreeMarkets, FreeMarkets may exclude Offeror from participating in future CBEs, due to Offeror's breach of any of the obligations and/or procedures contained in this Offeror Agreemen or the License Agreement. 1.5 All parties will prohibit unethical behavior and are expected to notify FreeMarkets if they witness practices that are counter-productive to the fair operation of the CBE. 2. FREEMARKETS RIGHTS 2.1 FreeMarkets shall not hold title to, handle the physical distribution of, nor be held liable for failures of any components, materials, services or Offerors. 2.2 FreeMarkets and the Client have final responsibility for all decisions regarding the operation of the CBE. FreeMarkets and the Client may suspend or cancel the CBE at any time and without prior notification. 2.3 This Offeror Agreement only pertains to the CBE set forth in Section A above. 2.4 The terms and conditions set forth in this Offeror Agreement survive the conclusion and/or completion of the CBE. FreeMarkets, Inc. Offeror: By:___________________________By: ___________________________
 
Place of Performance
Address: Unicor, FCI Jesup, 2600 Highway 301 South, Jesup, GA
Zip Code: 31545
 
Record
SN20011213/00006146-011214104531 (fbodaily.com)
 

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.