SOLICITATION NOTICE
93 -- Paper for Printed Paper Manufacturing
- Notice Date
- 1/27/2025 5:55:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 322
—
- Contracting Office
- FEDERAL PRISON INDUSTRIES, INC Sandstone MN 55072 USA
- ZIP Code
- 55072
- Solicitation Number
- SV0168-25
- Response Due
- 2/7/2025 11:00:00 AM
- Archive Date
- 02/22/2025
- Point of Contact
- Wes Newell
- E-Mail Address
-
wesley.newell2@usdoj.gov
(wesley.newell2@usdoj.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SV0168-25 Paper TERMS OF DELIVERY ARE F.O.B. DESTINATION TO: UNICOR, Federal Prison Industries, Inc. Petersburg Print Factory 1100 River Road Hopewell, VA 23804 and UNICOR, Federal Prison Industries, Inc. Sandstone Print Factory 2300 County Road 29 Sandstone, MN 55072 Deliveries are Monday � Friday 8am � 2pm. No deliveries on Federal Holidays. Schedule/Deadlines for solicitation: Posting: Friday, January 17, 2025 Submit Questions Deadline: Friday, January 24, 2025 Question and Answer Posting: Tuesday, January 28, 2025 Submission of Offers and Samples Deadline: February 7, 2025 Solicitation is issued as a three (3) year firm fixed price indefinite delivery-indefinite quantity type contract with Economic Price Adjustment for PCU322121322121 Paper, except newsprint, mills, not seasonally adjusted. Offerors who do not agree with the Producer Price Index listed above are required to submit the price index that they believe is correct to the contracting officer at least five (5) calendar days prior to the due date for offers. The index submitted will be evaluated and changed by amendment to the solicitation if necessary. Solicitation is a 100% set-aside for small business. Questions are due on will be addressed in writing to wesley.newell2@usdoj.gov For a list, description and total estimated quantities of all items, refer to Section B. Offerors who have NOT provided any solicited line item to UNICOR, Petersburg or Sandstone in the past 12 months, ARE REQUIRED to submit 3 sheets of: Any item that starts with PCL, PTX0078, PCO0035, PBD0041 for technical evaluation to verify form, fit and function of the material. Contractors are required to submit the material by the closing date, Friday, February 7, 2025 at 2pm EST. The shipping address for the material is: UNICOR, 1100 River Road, ATTN: Lee Walker, Factory Manager. Material that is not received by the closing date and time will not be evaluated and the proposal will not be considered further for award. Please note solicitation SV0168-25 and your company's name/address on the packing slip for the material that is sent. Contractors are responsible for the total cost of the sample, including shipping of the material for evaluation. See Clause 52.214-20 UNICOR�s desired delivery is 14 calendar days or sooner from receipt of each delivery order issued. Vendors are required to provide their best manufacturing/delivery time for evaluation which will be evaluated under technical factors as a go/no go. Delivery schedule will be established at time of award. Delivery orders will be issued in accordance with 52.216-19. Vendors shall submit signed and dated offers by email to: wesley.newell2@usdoj.gov. Offers shall be submitted on the SF1449. OMB Clearance 1103-0018. The date and time for receipt of proposals is Friday, February 7, 2025, at 2pm EST. Offer must indicate Solicitation No. SV0168-25, 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, terms of any expressed warranty, price and any discount terms. Offer must include acknowledgment of all amendments, if any. THE FOLLOWING INFORMATION IS REQUIRED TO BE COMPLETED BY THE OFFEROR: SAM.gov UEI: _____________________________________________ Vendor Point of Contact: _____________________________________ Vendor Phone: _____________________________________________ Vendor Email: ______________________________________________ Vendor is Small Business. (Y/N): _______________________________ By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database (System Award Management) prior to submitting a proposal, during performance and through final payment of any contract resulting from this solicitation. _______________________________________________ Signature The Administrative Contracting officer is Wesley Newell at wesley.newell2@usdoj.gov. PART I: INFORMATION 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 SV168-25, and this solicitation is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07. The North American Industry Classification System code is 322120. This requirement is 100% set-aside for small business; small business size standard for this solicitation is 1,250 employees. UNICOR, Federal Prison Industries, Inc., intends to enter into a 3-year, firm-fixed-price, indefinite delivery-indefinite quantity contract for the following commercial item(s): Paper of various sizes and styles, manufactured to specification, for the Petersburg Print Factory in Viginia and the Sandston Print Factory in Minnesota. See section B for specific list of items. Contractor is required to keep adequate inventory of paper products for each item in their inventory to meet requirements. If delinquencies should arise at any time during the contract term, consideration fees will be taken for non-excusable delays, Re-Procurement cost, administrative costs incurred and possible cost of loss of customer. The contractor must have a Customer Service Department that can respond to notices of damaged good within 24 hours. Envelopes must be boxed in the quantities specified in the envelope item description. Any quantity discrepancies will be reported to the vendor's Customer Service Department, and shortages will be shipped as earliest possible date. Paper is to be shipped ""Best Commercial Practice"" with weather barrier materials used for inclement weather. Cartons should not be stacked to a height which would cause them to crush and damage the items. Skids should be wrapped and banded as needed. Boxes and cartons must be correctly labeled, or the contractor will be: a. Required to come on site to correct the label, or b. Send the correct labels and be charge for the Government to label the incorrect items. Certificates of Conformance must be addressed to Matt Kensy at Matt.Kensy@usdoj.gov Deliveries are made F.O.B. Destination (Which shall include transportation charges). Delivery shall be 14 calendar days after the receipt of each delivery order. No cash-on-delivery (COD) orders. Guaranteed minimum order quantity of 1,000 each. Not-to-exceed quantity for the life of the contract is specified for each line item, with no order greater than 1,000,000. Items may be awarded individually, or more than one item may be awarded to one offeror. Any contract resulting from this solicitation will not be an obligation. Funds will be obligated by delivery orders. NOTICE TO GOVERNMENT WHEN CONTRACTOR(S) DELAYS: In the event the contractor(s) encounter difficulty in meeting performance requirements, or when there is an anticipated difficulty in complying with the delivery terms or completion dates, or whenever the contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely delivery/performance of this contract, the contractor must immediately notify the Field Administrative Contracting Officers at UNICOR in writing, giving pertinent details. This information will not be construed as a waiver by the Government of the required delivery schedule, or the Governments rights to impose consideration against delinquencies or other remedies provided by this contract. Contractor agrees that FPI is in the category of the most favored or best commercial customer category of the Contractor and as such, the Contractor will: During the contract period, the Contractor shall report to the Contracting Officer all price reductions offered to the category of customers that are considered by the Contractor to be their most favored or best commercial customer. 1. A price reduction shall apply to purchases under this contract if, after the award date, the Contractor revises downward its commercial catalog, price list, schedule, etc., to its best commercial customers (or category of customers) below the awarded price under this contract; ii) Grants more favorable discounts or terms and conditions to its best commercial customers than those contained in this contract that would result in prices below the awarded price under this contract, an/or iii) Grants special discounts to its best commercial customer (or category of customers) that would result in prices lower than the awarded price under this contract. 2. The Contractor shall offer the price reduction to FPI with the same effective date, and for the same time period, as extended to the commercial customer (or category of customers).The Contractor may offer the Contracting Officer a voluntary price reduction at any time during the contract period. The Contractor shall notify the Contracting Officer of any price reduction subject to this clause as soon as possible, but not later than 15 calendar days after its effective date. Future requirements for these or similar items from this or other UNICOR factories may be added to the resulting contract if considered to fall within the scope of work and the price is determined to be fair and reasonable. INVOICES ARE TO BE MAILED TO: UNICOR, Federal Prison Industries Central Accounts Payable P.O. Box 11849 Lexington, KY 40578-1849 ATTN: Supervisory Operating Accountant PH: 1-800-827-3168 Or INVOICES ARE TO BE EMAILED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/db1b7549bf7a41edaf886cf03b7b70f7/view)
- Place of Performance
- Address: Sandstone, MN 55072, USA
- Zip Code: 55072
- Country: USA
- Zip Code: 55072
- Record
- SN07324389-F 20250129/250127230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |