Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

81 -- Packaging

Notice Date
6/18/2012
 
Notice Type
Presolicitation
 
NAICS
322211 — Corrugated and Solid Fiber Box 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
FN1361-12
 
Archive Date
11/30/2012
 
Point of Contact
Tatea R Cavanaugh, Phone: 202-305-7302
 
E-Mail Address
tcavanaugh@central.unicor.gov
(tcavanaugh@central.unicor.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FN1361-12 GENERAL INTENTION: It is the intent of this solicitation to result in an One base year with four (4) option years if exercised Indefinite Delivery Indefinite Quantity type Contract for Packaging to be delivered FOB Destination to the following Federal Prison Industries locations. Corrugated boxes, fillers, corner, seating pads, fiberboard protectors and dividers, corner stiffeners, flat corrugated sheets, and honeycomb pads for : Region I FCC Allenwood, PA, FCI Beckley, WV, FCI Ashland, KY and FCI Schuylkill, Minersville, PA. Offerors must submit proposal for all items listed in Lot I for all locations to be considered for award. Region II FCI Forrest City, AR and FCC Florence, CO Region III FCI Coleman, Fl There will be four (4) lots as specified below: Lot 1 Corrugated boxes, fillers, corner, seating pads, fiberboard protectors and dividers, corner stiffeners, flat corrugated sheets, and honeycomb pads to be delivered FOB Destination FCC Allenwood, PA, FCI Beckley, WV, FCI Ashland, KY, FCI Schuylkill, Forrest City, AR, FCC Florence, CO and FCI Coleman, Fl Offerors must submit proposal for all items listed in Lot I for all locations to be considered for award. Lot 2 Stretch wrap, plastic banding, microfoam, tubes, caps, non waxed kraft paper, and packing tape for Region I- FCC Allenwood - Montgomery PA, Beckley, WV, Ashland, KY and Schuylkill, PA, Lot 3 Stretch wrap, plastic banding, microfoam, tubes, caps, non waxed kraft paper, and packing tape for Region II Forrest City, AR and Florence, CO, Lot 4 Stretch wrap, plastic banding, microfoam, tubes, caps, non waxed kraft paper, and packing tape for Region III Coleman, Fl, Solicitation will contain detailed specifications and drawings for all items Offerors must submit a proposal for all items in a lot to be considered for award. The successful offeror for Lot I shall be provided with Print plates and tooling. All Print Plates and Tooling will be provided to the successful offeror as government furnished property after award and the offeror will be required to acknowledge the receipts of these Print Plates and Tooling in writing. THE GOVERNMENT CAN REQUEST THESE PRINT PLATES AND TOOLING BE RETURNED AT ANY TIME AND THE OFFEROR AGREES THEY ARE FURNISHED AS GOVERNMENT PROPERTY. This is a 100% small business set side. Therefore, offers will only be accepted from offerors who are registered in ORCA as a small business. Delivery is 30 calendar days after receipt of initial delivery from each factory and 14 days for each subsequent delivery order thereafter. Successful offeror may be required to maintain consignment inventory. PRICING MUST BE SUBMITTED FOR THE BASE YEAR AND EACH OPTION YEAR TO BE CONSIDERED FOR AWARD. PRICING MUST BE FOB DESTINATION PRICING (THE PRICE MUST INCLUDE SHIPPING). The following information pertains to the Standard Form 1449 Solicitation: Guaranteed Minimum is $ 5,000.00 over the duration of the contract(s), inclusive of any exercised option years. The minimum delivery order quantity is $100.00 per delivery order. The maximum delivery order quantity is $50,000.00 per delivery order. The combination delivery order quantity and the combination delivery order of $100,000.00 Variation in quantity is - 5% and + 10 %. This solicitation will be solicited utilizing full and open competition. Offerors are advised that the Government intends to evaluate offers and award on an all or none bases per lot. Offerors must submit a proposal for all items listed in the Lot to be considered for award. Offerors shall read all sections of the solicitation. The complete solicitation package shall be returned with the following information to be considered for award. A completed ACH form which can be found on our webpage at WWW.UNICOR.GOV, Business Commercial Opportunities, Navigate to, Click on Procurement forms, click on ACH form and print to your printer. The ACH from shall be submitted with written offer. Registration in the CCR database. If you have not registered in the CCR you may do so by logging onto www.ccr.gov and click on start new registration. Business Management questionnaire with relevant past performance references similar in scope and size of this requirement. Registration in the ORCA database. You may access ORCA by logging onto https://orca.bpn.gov/CCR Section K-(ORCA) On Line Representations and Certifications, https://orca.bpn.gov/. Delete: - 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. 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 at http://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 company's 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. Thank you, Teresa Sorrenti IAE Program Manager Integrated Acquisition Environment 2011 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. All Offerors must acknowledge 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 whose offer represents the best value to the government. The following factors shall be used to evaluate proposals: Ability to Meet Specification(s), ability to meet delivery lead times, Past Performance, Environmental 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. No 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/FN1361-12/listing.html)
 
Place of Performance
Address: FCC Allenwood, PA, FCI Beckley, WV, FCI Ashland, KY FCI Schuylkill,PA, FCI Forrest City, AR and FCC Florence, CO and FCI Coleman, Fl, United States
 
Record
SN02778839-W 20120620/120618235150-a84b6e8b6b017b84dd3b27845eb667f7 (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.