SOLICITATION NOTICE
83 -- cotton duck cloth/cotton webbing
- Notice Date
- 4/10/2003
- Notice Type
- Solicitation 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
- ct1600-03
- Archive Date
- 6/30/2003
- Point of Contact
- Mellisa Rhinehart, Contracting Officer, Phone 202-305-3787, Fax 202-305-7344,
- E-Mail Address
-
mrhine@central.unicor.gov
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is CT1600-03 is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. The North American Industry Classification System code is 313210 and small business size standard is 1000. UNICOR, Federal Prison Industries, Inc., intends to enter into a three-year, firm-fixed-price, requirements type contract for the following commercial items. The quantity requested is as follows. The quantities are estimated. FAB1179 ? 69,000 YARDS WEB0006 ? 114,000 YARDS Item 0001 ? ITEM NUMBER: FAB1179, CLTH, CTT-DUCK, COMMERICAL NUMBER 4(23.9-26.3-OZ/SQ-YD)36 INCH WIDE, DESCRIPTION: FABRIC COTTON DUCK TYPE 1,NATURAL COLOR, UNIT/MEASURE: YARD, CLOTH, COTTON DUCK, 36 INCH WIDE, A CERTIFICATE OF COMPLIANCE SHALL ACCOMPANY EACH SHIPMENT OF MATERIAL. FAILURE TO SUPPLY THESE DOCUMENTS MAY RESULT IN REJECTION OF SHIPMENT. CLTH, CTT-DUCK, IAW-DUCK COMMERICAL NUMBER 4(23.9-26.3,OZ/SQ,YD). Item 0002 ? ITEM NUMBER: WEB0006, COTTON, R, 2 INCH WIDE, NAT, COTTON, TYPE: NA, CLASS: R, SIZE: 2 INCH WIDE, COLOR; NATURAL, MIL-SPEC: W-27265, UNIT OF MEASURE: YARD. PRODUCTS IN THIS SOLICITATION MUST BE DOMESTIC ONLY, MANUFACTURED IN ITS ENTIRETY IN THE UNITED STATES OF AMERICA. IF YOU OFFER FOREIGN PRODUCTS, YOUR OFFER WILL NOT BE CONSIDERED FOR AWARD. THIS REQUIREMENT MAY RESULT IN A MULTIPLE AWARD. REQUIRED DELIVERY SHALL BE 30 DAYS AFTER RECEIPT OF THE DELIVERY ORDER. Bid samples are required and shall be submitted at the Contractor?s expense. Submission of samples shall be a condition of contract award. Should your sample not be received by the date and time specified, your offer will no longer be considered for award. Upon request, the government will supply samples. A 12 inch x 12 inch sample fabric for FAB1179 (Cotton Duck Cloth) is required from all offerors and shall be submitted to the attention of Mellisa Rhinehart, Contracting Officer, 400 1st St., NW,6th Floor, Clothing & Textiles Business Group, Washington, DC 20534. All samples shall be packaged referencing the solicitation number and the word "SAMPLE". Your packet must include the sample. Samples must be received no later than May 1, 2003 at 2:00 pm. The samples will be visually examined and evaluated for the following: (1) Cloth Color: Natural (2) Meets Commercial Number 4 (23.9-26.3 OZ/Sq Yard) (3) No obvious weave quality or finish defects such as knots, lines, tears, slubs, etc. A Certificate of Conformance will be required to certify the samples examined comply with the specifications outlined in Section B. PUT-UP REQUIREMENT: FAB1179 (Cotton Duck Cloth) must be 36 Inch in width and shall be in rolls not to exceed 350 Yards. WEB0006 (Cotton Webbing) shall be on 50 yard rolls. The following FAR clauses and provisions apply to this acquisition: 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.211-16, Variation in Quantity, The permissible variation shall be +2%/ -2%; 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation - Commercial Items, Significant evaluation factors are past performance, ability to conform to the specifications, and price. Past performance is significantly more important than cost or price. The Government may make award without discussions - therefore, the offeror's initial offer should contain offeror's best pricing. Tradeoff Process: It may be in the Government's 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 priced proposal if the perceived benefits of the highest priced proposal are determined to merit the additional cost.; 52.212-3, Offeror Representations and Certifications - Commercial Items B This must be completed and provided with your offer- The document can be downloaded at the following website: www.unicor.gov/procurement/proforms.htm. 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.215-6, Place of Performance, Please include the name and address of the supplier (s); (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ ] intends, [ ] does not intend [check applicable block] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information. (b) If the offeror or respondent checks ?intends? in paragraph (a) of this provision, it shall insert in the following spaces the required information: Place of Performance Name and Address of Owner (Street Address, City, and Operator of the Plant State, County, Zip Code) or Facility if Other than Offeror or Respondent ____________________ _______________________ ____________________ _______________________ 52.216-1, Type of Contract; The Government contemplates award of a Firm Fixed Price Requirements type contract resulting from this solicitation. 52.216-18, Ordering, Orders may be issued under the resulting contract from the date of award through three (3) years thereafter; 52.216-19, Order Limitations. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 500 YARDS (FAB1179) and 500 YARDS (WEB0006), the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of 2,000 YARDS (FAB1179) and 3,000 YARDS (WEB0006); (2) Any order for a combination of items in excess of 5,000 YARDS; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21, Requirements, The Contractor shall not be required to make any deliveries under this contract after 30 days after contract expiration. 52.219-1, Small Business Program Representation; The North American Industry Classification System (NAICS) code for this acquisition is 313210. The small business size standard is 1000. 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-22, Small Disadvantaged Business Status; 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting; 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.223-11, Ozone-Depleting Substances; 52.232-15, Progress Payments Not Included; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-36, Payment by Third Party; 52.233-2, Service of Protest, Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from Richard A. Broadwater, Procurement Branch, 400 First Street, NW, Washington, DC 20534. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 52.233-3, Protest after Award; 52.242-15, Stop-Work Order; 52.246-1, Contractor Inspection Requirements; 52.246-15, Certificate of Conformance; 52.246-16, Responsibility for Supplies; 52.247-34, F.O. B. Destination, Delivery shall be FOB destination to UNICOR, FCI Tucson, 8901 S. Wilmot Road, Tucson, AZ 85706. The COTR is Daryl Clifton, Telephone 520-574-7100 Ext. 176. DELIVERY HOURS: Normal delivery hours are as follows: 7:30 am - 11:00 am and 12:00 noon - 2:30 pm, Monday through Friday, notwithstanding emergencies and Federal holidays. Any questions or problems regarding payment should be directed to the Business Manager at FCI Tucson, AZ, Telephone: 520-574-7100 Ext. 177. 52.253-1, Computer Generated Forms; FPI 1000D, Packaging and Marking - Preservation, packaging, and marking for all items covered by this contract shall be in accordance with commercial practice and adequate to insure acceptance by common carrier and safe arrival at destination. The contract number should be on or adjacent to the exterior shipping label. Each package received must be marked for type and quantity. A Certificate of Conformance must accompany each shipment. All shipments should be labeled as follows: a. Vendor name b. Purchase Order number and/or Contract number c. Item description d. Item quantity and weight e. Other pertinent information FPI 1000F1, Delivery Order - Orders shall customarily be made by phone, with subsequent written confirmation containing the following information: a. Date of order b. Contract number and order number c. Item number and description, quantity, and unit price d. Delivery or performance date e. Place of delivery f. Shipping instructions g. Accounting data h. Any other pertinent information Delivery shall be no later than 30 days after receipt of delivery order. The period of performance for this contract will be from the date of award through three (3) years. FPI 1000H1, ECONOMIC PRICE ADJUSTMENT Twelve months after contract award date, contract prices for the succeeding twelve month period may be adjusted in accordance with the change in the Producer Price Index for Cotton Duck Cloth (FAB1179) (Product Code PCU2211) and Cotton Webbing (WEB0006) (Product Code: PCU2241) from the date of award to the date of adjustment. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST THIS ADJUSTMENT. Adjustments may be requested for a period not to exceed 30 days after the eligible adjustment date. Requests that are made after the 30day limit will not be honored and the contract pricing will not be adjusted. The contractor shall submit any requests for adjustments in writing to the Contracting Officer. Requests shall include a copy of the relevant index and must be within the allowed time period for adjustment. Any adjustments authorized as a result of the adjustment request will not be retroactive. The date the completed request is received by the Contracting Officer will be the effective date of any changes in price. The contractor also is required to request downward price adjustments. All downward adjustments will be retroactive to the authorized adjustment date as specified in this clause. If downward price adjustments are not requested and this is later revealed through audits or otherwise, the contractor shall reimburse the Government the amount overcharged plus interest. Interest will be computed at the rate set annually by the Secretary of the Treasury for late contract payments. Interest will accrue from the date the adjustment should have been made. In computing any contract price adjustment, the most recently published index as of the date of award will be compared to the most recently published index as of the date of adjustment. No adjustment shall be made if the referenced change is less than 2%. Total upward adjustment for the contract period, including any option periods, shall not exceed 10%, based on the original or option period contract price; downward adjustments are not limited. Indices are available from the Bureau of Labor Statistics, 600 E Street N.W., Washington, DC 20212, telephone 202-6067706/202-691-5200 or www.bls.gov. FPI 1000I1, Preferences for Certain Domestic Commodities, (a) The Contractor agrees to deliver under this contract only such of the following articles that have been grown, reprocessed, reused, or produced in the United States, its possessions, or Puerto Rico-- (1) Food; (2) Clothing; (3) Tents, tarpaulins, or covers; (4) Cotton and other natural fiber products; (5) Woven silk or woven silk blends; (6) Spun silk yarn for cartridge cloth; (7) Synthetic fabric, and coated synthetic fabric; (8) Canvas products; (9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles); or (10) Any item of individual equipment manufactured from or containing such fibers, yarns, fabrics, or materials. (b) This clause does not apply-- (1) To supplies listed in FAR 25.108(d)(1), or other supplies for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices; (2) To foods which have been manufactured or processed in the United States, its possessions, or Puerto Rico; or (3) To chemical warfare protective clothing produced in the countries listed in subsection 225.872-1 of the Defense FAR Supplement; FPI 1000K2, SUBCONTRACT CERTIFICATION, This contract does ( ) does not ( ) provide for any subcontracting possibilities. If answer is in the affirmative, offeror will submit a subcontracting plan in accordance with the requirements of FAR 52.219-9, FPR Temp. Reg. 50; FPI 999.999-9, Business Management Questionnaire - This must be completed and provided with your offer- The document can be downloaded at the following website: www.unicor.gov/procurement/proforms.htm. PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, copy of current representations and certifications for commercial items (FAR 52.212-3), three Business Management Questionnaires of contracts that are of similar or like items and an ACH form. A completed ACH form must be on file prior to contract award - This document can be downloaded at the following website: www.unicor.gov/procurement/proforms.htm. ALL OFFERS SHALL BE SUBMITTED VIA MAIL BY THE DATE AND TIME SPECIFIED (May 1, 2003 @ 2:00 PM) TO THE ATTENTION OF MELLISA J. RHINEHART, CONTRACTING OFFICER, UNICOR CLOTHING AND TEXTILES-6TH FLOOR, 400 FIRST STREET, NW, WASHINGTON, DC 20534. OFFERS SHOULD BE SUBMITTED ON THE SF1449. OMB Clearance 9000-0136 expires 02/29/2004. The date and time for receipt of proposals is Thursday, May 1, 2003 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1600-03, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. All offerors that fail to furnish required representation and certification information or reject the terms and conditions of the solicitation may be excluded from consideration. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offerors must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications shall be received by the date and time specified in this solicitation (May 1, 2003 @ 2:00 PM) or they shall not be considered for award. Questions regarding this requirement may be addressed in writing to Mellisa Rhinehart, mrhine@central.unicor.gov. All FAR forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.arnet.gov/far. This combined synopsis/solicitation and necessary forms are available on web site: http://www.eps.gov or http://www.unicor.gov/procurement/proclothing.htm. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.mil. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. Copies of Federal Specifications, Standards and Commercial Item Descriptions cited in this solicitation may be obtained from GSA, Federal Supply Service, Specifications Section, Suite 8100 470 LEnfant Plaza, SW, Washington, DC 20407, Phone: 202-619-8925 and Facsimile 202-619-8978.
- Place of Performance
- Address: FCI TUCSON, 8901 S. WILMONT ROAD, TUCSON, AZ
- Zip Code: 85706
- Country: US
- Zip Code: 85706
- Record
- SN00300687-W 20030412/030410213454 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |