Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2006 FBO #1607
SOLICITATION NOTICE

36 -- Various Sewing Equipment

Notice Date
4/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
CT1775-06
 
Response Due
5/2/2006
 
Archive Date
5/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS SOLICITATION IN ITS ENTIRETY 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 is CT1775-06, and this solicitation is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. Requirement is 100% Small Business Set- Aside. The North American Industry Classification System code is 333298. UNICOR, Federal Prison Industries, Inc. intends to enter into Definite Delivery/Definite Quantity contract. THIS SOLICITATION IS BEING DONE BY REVERSE AUCTION PROCEDURES!!! The period of performance for this requirement is 120 days. The first delivery is required 60 days after receipt of contract award, second delivery is 30 days after first delivery and the last delivery is 30 days after the second delivery. THE QUANTITY AND LINE ITEM DESCRIPTIONS ARE STATED IN SECTION B OF THE SOLICITATION. (REFER TO SECTION B OF THE SOLICITATION) Machines are to be set up, sewn off, and tested prior to shipping. All machines shall be complete with table, motor & stand. Packaging of all machines should be, at a minimum, screwed/strapped down to the shipping pallet and shrink wrapped. Each machine shall include a sew-off sample to be evaluated upon delivery of the machine. THIS REQUIREMENT MAY RESULT IN A MULTIPLE AWARD. THIS IS A BRAND NAME OR EQUAL REQUIREMENT. INCREMENTAL PRICING WILL NOT BE ACCEPTED. JAR 2852.201-70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) (a) Hazelton, WV (to be determined); Manchester, KY - Carl Wilson; Greenville, IL (to be determined); and Seagoville, TX ? Diane Bailey are designated to act as Contracting Officer Technical Representative (COTR) under this contract. (b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payments. (c) The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes in writing and signed. The following FAR clauses and provisions apply to this acquisition: 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS)_________________________________; 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 (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. The representations and certifications are effective until one year from date of submission or update to ORCA. To make a change that affects only one solicitation, contractors are required to complete the appropriate sections of FAR 52.212- 3(j) or 52.204-8 whichever is included in the solicitation. 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2003) Deviation - This contract is not subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Disputes arising under or relating to this contract shall be resolved in accordance with clause FAR 52.233-1 Disputes (JUL 2002) (DEVIATION), which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. To view the full text clause FAR 52.233-1 Disputes (JUL 2002)(DEVIATION), go to www.unicor.gov select Business Opportunities, then select Deviation." 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, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.233-1 Disputes; 52.233-4 Applicable Law for Breach of Contract Claim; 52.219-6 Notice of Total Small Business Set-Aside 52.216-20, Definite Delivery 52.232-18, Availability of Funds; 52.233-3, Protest After Award, 52.246-1, Contractor Inspection Requirement; With the original invoice, the vendor will furnish the original Certificate of Conformance that will be signed by the person who has certification authority with their title and position included. A copy of this Certificate of Conformance and the packing slip will accompany each shipment. The furnishing of the Certificate of Conformance will be a condition of acceptance at destination and payment will not be made until it is received. Inspection and acceptance will be by FPI. 52.247-34, F.O.B. Destination, delivery shall be FOB DESTINATION to UNICOR-Federal Prison Industries, USP Hazelton, Sky View Drive, Bruceton Mills, WV 26525; Unicor Federal Prison Industries, FCI Manchester, Route 8, Fox Hollow Road, Manchester, KY 40962; Unicor Federal Prison Industries, FCI Greenville, US Hwy 40 & 4th Street, Greenville, IL 62246; Unicor Federal Prison Industries, FCI Seagoville, 2113 N. Hwy 175, Seagoville, TX 75159 FPI 1000H2 YEAR 2000 WARRANTY Supplement: LCL APPR (11) The Contractor represents that the following warranty applies to products licensed under this contract/order/BPA: The Contractor warrants that the products provided under this contract/order/BPA shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the manufacturer's standard commercial warranty or warranties contained in this contract or the applicable End User License Agreement, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include an obligation by the Contractor to repair or replace any such product whose non-compliance is discovered and made known to the contractor in writing at any time prior to June 1, 2000 or for a period of six months following acceptance, whichever is the later date. Nothing in this warranty shall be construed to limit any rights or remedies that the Government may otherwise have under this contract. This warranty shall not apply to products that do not require the processing of date/time data in order to function as specified in this contract/order/BPA. NOTE: DESCRIPTIVE LITERATURE IS REQUIRED TO BE SUBMITTED WITH YOUR PROPOSAL IF YOU ARE OFFERING OTHER THAN BRAND NAME EQUIPMENT (PLEASE SUBMIT BROCHURES/PAMPHLETS AND VOLTAGE REQUIREMENTS.) A minimum six (6) month warranty is required. Warranty information shall accompany each machine. All operating manuals will be required for these items. 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: http://www.unicor.gov/fpi_contracting/about_procurement/forms/. REVERSE AUCTION PROCEDURES I. GENERAL For the purpose of expediting price related discussions, the Contracting Officer has opted to conduct a competitive, anonymous, on-line reverse auction using Global eProcure. UNICOR has contracted with Global eProcure to conduct the reverse auction for this solicitation. HOWEVER, THE ON-LINE REVERSE AUCTION SHALL NOT BE CONSTRUED TO IMPLY THAT THIS SOLICITATION IS BEING CONDUCTED UNDER THE PROCEDURES SET FORTH AT FAR PART 14, SEALED BIDDING. Rather, this solicitation is being conducted under the procedures set forth at FAR Part 12, Acquisition of Commercial Items, in conjunction with the policies and procedures for solicitation, evaluation, and award prescribed in FAR Part 15, Contract by Negotiation. During the auction, Offerors will provide pricing through submission of electronic offers via the Global eProcure website. The primary pricing competition for this solicitation will be through the online reverse auction. Global eProcure will explain this process in detail and train each qualified offeror prior to the reverse auction through a simulated reverse auction. Qualified Offerors will have the ability to submit revised pricing during the auction in response to prices submitted by other offerors. The identity of offerors will not be revealed to each other during the auction. The final such revision during the auction will be considered the Offerors final proposal. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to factors other than price with the Offerors at anytime prior to award. Only offerors that have been determined qualified will be permitted to participate in the auction. Offerors who are deemed qualified will be notified by the Contracting Officer. QUALIFIED OFFERORS WILL BE CONTACTED DIRECTLY BY GLOBAL EPROCURE VIA E-MAIL REGARDING PARTICIPATION IN THE REVERSE AUCTION. THE CONTACT AT GLOBAL EPROCURE WILL BE Chandana, (732) 382-6565 x 1017 , E-MAIL: chandana.bala@globaleprocure.com. Contact Global eProcure for questions regarding the procedures of the Reverse Auction only!! OFFERORS ARE NOT TO SUBMIT PRICING WITH THEIR INITIAL PROPOSALS. Offerors should submit all the required information stated below, except for pricing, by the deadline for submissions on May 2, 2006 at 2:00 AM EST. Pricing will only be accepted through the reverse auction. II. TRAINING OF OFFERORS Global eProcure will train designated employees for each offeror using real time mock auctioning to familiarize the offerors employees with the online auctioning system. Detailed bidding event guidelines and directions will be e-mailed to interested offerors prior to the practice and the live bidding event. The date and time of the practice reverse auction will be May 3, 2006 @ 11:00 AM Eastern Standard Time. III. REVERSE AUCTION THE AUCTION a. During the reverse auction, offerors may revise their initial pricing proposal through submission of electronic offers during the anonymous reverse auction. This reverse auction shall constitute discussions with the offerors. The final such revision during the reverse auction will be considered the offerors Final Revised Proposal. b. The Contracting Officer reserves the right to suspend or cancel the reverse auction at any time. If the Contracting Officer cancels the reverse auction, Final Revised Proposals will be requested by an amendment to the solicitation. c. Notwithstanding FAR 52.215-5, offerors will submit revised pricing only through the online mechanism supplied by Global eProcure. Offerors will not submit revised pricing via any other mechanism including but not limited to post, courier, fax, E-mail, or orally unless specifically requested by the Contracting Officer. d. The reverse auction bidding period shall be set by the Contracting Officer as indicated in Section IV, paragraph (a). Electronic offers shall be submitted by offerors during the reverse auction period. The reverse auction is designed to extend the closing time of a bidding lot if there are any bids placed in the final 2 minutes of the bidding lot. If a bid is placed within the last 2 minutes of the closing time, the time period shall be extended for two additional minutes beyond the scheduled closing. e. Any offeror experiencing difficulties during a reverse auction must notify Global eProcure immediately. .Difficulties. include any event or problem, which interferes with the offerors ability to participate in the reverse auction and may include, but is not limited to: data entry errors, software problems, or hardware problems. Offerors will have five minutes after a Lot goes into .Verifying. status to notify Global eProcure of any problems. If the Contracting Officer judges that any offeror has been disadvantaged by a problem, they may direct Global eProcure to address the problem and return the Lot to .Open. status. f. Any and all offeror contact with Global eProcure is for the sole purpose of facilitating the reverse auction and shall not be considered discussions with the offeror within the meaning of FAR Part 15. g. For purposes of FAR 52.203-2, and in accordance with subparagraph (c) thereof, submission of a proposal by the offeror shall be considered certification by the Offeror that the only knowing disclosure by the offeror of its prices to any other offeror will be during the reverse auction. The offeror further certifies that disclosure by the offeror of its prices during the reverse auction shall not be for the purposes of restricting competition. h. UNICOR reserves the right to reject any or all quotes received for any or all lots. IV. AUCTION RULES a. The date and time of the practice reverse auction will be May 3, 2006 at 11:00 AM Eastern Standard Time. The date and time of the Live Reverse Auction is May 4, 2006 at 11:00 AM Eastern Standard Time. b. Only qualified Offerors will be permitted to submit electronic quotes through the reverse auction. Quotes that Offerors submit through the reverse auction are legally binding quotations without qualification. Quotes may not be cancelled or withdrawn except for data entry errors. Contractors must submit their quotes through the online bidding mechanism supplied by Global eProcure and not through any other mechanism including but not limited to post, courier, fax, e-mail, or orally. PLEASE PROVIDE THE REQUIRED INFORMATION BELOW OR YOU WILL NOT BE CONSIDERED FOR AWARD! PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, three Business Management Questionaires with recent and relevant contracts for the same or similar items iaw FAR 52.212 (b) (10) for past performance evaluation, a completed copy of FPI 1000K2 Subcontract Certification (large businesses only), and an ACH form. A completed ACH form must be submitted with each solicitation package prior to contract award. Implementation of the Central Contractor Registration (CCR) was mandated effective October 1, 2003. ALL contractors MUST register in the CCR prior to award and remain registered on CCR through final payment. For additional information and to register, go to www.ccr.gov. ALL contractors MUST register with the Contractor Performance System (CPS) at time of award. This site will be used to input and store contractor performance. Go to website: http://cps.od.nih.gov. Click on hypertext Registration for Existing contractors listed under the column labeled Contractor Information. Read the information provided on the page and click the hypertext, https://cpscontractor.nih.gov/. This will put you at the login screen of the Contractor Performance System. On the right hand side of screen you will see the question, Registered to the NEW CPS yet? Click here to start process under the word BULLETINS. Click the word #here# which is in hypertext format. Enter the required information to register. If you have any questions, contact CPS support at cps-support-1@list.nih.gov or Jo Ann, Paulette, or Alex at (301)451-2771. Vendors shall submit signed and dated offers by facsimile to (202) 307-7344 to the attention of John Carlock, Contracting Officer. Hand delivered and any of the express mail carriers will be accepted with delivery to: UNICOR, Federal Prison Industries 400 First Street, Clothing & Textiles Group Attn: John Carlock, Contracting Officer Offers should be submitted on the SF1449. OMB Clearance 1103-0018. The date and time for receipt of proposals is May 2, 2006, at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1775-06, time specified for receipt of offer, name, address and telephone number of offeror. Offer must include and acknowledge by signature all amendments, if any. All offers that fail to complete current representations and certifications maintained @ orca.bpn.gov, past performance information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions; therefore, the offerors initial offer should contain best pricing. Future requirements from a UNICOR factory may be added to the ensuing contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. Award(s) will be based on best value to the Government with past performance significantly more important than price. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. 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. 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 www.fedbizopps.gov or UNICORs web site: http://www.unicor.gov/fpi_contracting/about_procurement/forms/. 1st and 3rd forms are required. (ACH Form and Business Questionnaire Form) Questions regarding this requirement are to be addressed in writing to jcarlock@central.unicor.gov. See Note 1
 
Place of Performance
Address: USP Hazelton,WV 26525; FCI Manchester, KY; FCI Greenville, IL; Unicor, FCI Seagoville, 2113 N. Hwy 175, Seagoville, TX
Zip Code: 75159
 
Record
SN01030912-W 20060421/060419220513 (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.