COMMERCE BUSINESS DAILY ISSUE OF JULY 25, 2001 PSA #2900
SOLICITATIONS
N -- INSTALLATION OF INDUSTRIAL PRODUCTS
- Notice Date
- July 23, 2001
- Contracting Office
- Dept of Justice, Fed Prison Industries, 320 1st Street NW -- Material Mgt Branch, Washington, DC 20534-0001
- ZIP Code
- 20534-0001
- Solicitation Number
- MT597-01
- Response Due
- August 10, 2001
- Point of Contact
- John Huotari, 202-305-7258,FAX 202-305-7353
- Description
- This is a combined synopsis/solicitation for a supply commercial item 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 MT-597-01 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 1796, and Small Business Size Standard is $7 million. The North American Industry Classification System (NAICS) Code is 235950. Proposals are being requested by UNICOR, Federal Prison Industries, Inc. and intends to enter into a two (2) Year with three (3) option year, Indefinite Delivery/Indefinite Quantity Type, Multiple Award, Firm-Fixed Price Type Contract for Metal Industrial Products services that include, but not limited to: make site ready, installation, disassembly of products, removal of products, off loading, inside delivery, put in place and design or layout services, and light construction for a wide range of products manufactured by UNICOR or one of UNICOR=s partner firms. These products include Storage Systems, Pallet Racking, Shelving, Catwalk, Mezzanines, Lockers, Cabinets, Filing Systems, and all products manufactured in UNICOR's Metal Industrial Products Group. These services are to be provided by an installation team supervised by a UNICOR certified supervisor that has completed UNICOR's training. The training will be the responsibility of the awardee and who shall be responsible for the full cost of all required training. The awardee may be required to provide services from their own design approved by the customer, a UNICOR design approved by the customer, or the customer=s design reviewed by UNICOR and approved by the customer. This award will include installation of all Metal Industrial products, except where UNICOR determines installation services to be done through some other means or agreement. This may include, but not limited to prior agreements, other contacts or agreements, special conditions, unreasonable price etc. The Program Managers for the Metal Industrial products section shall make the decisions in all unique cases, and that decision becomes final. The vast majority of the services in this contract will occur within CONUS. Those jobs outside the Continental United States will be contract price plus travel. This solicitation is a SMALL BUSINESS SET-ASIDE. Up to three awards may be made to cover all three of the following regions: East of the Mississippi, West of the Mississippi, and Overseas. Each contract awarded will cover all three regions. This is an ALL OR NONE award. The vendor must include a contractor's "Point-of-Contact". Contract will support the products of the following factories of UNICOR: FCI Terminal Island, CA., FCI El Reno, OK., USP Lewisburg, PA., and FCI Pekin, IL. All items are to be F.O.B. Destination. The contractor must offer on the requested specifications per line item only. No incremental pricing will be accepted. Offerors must submit an offer price on each line item; no partial offers will be accepted. All offerors must submit completed forms listed below to qualify for award. UNICOR may award the contract in full to one offeror or may elect to make multiple awards in full. The estimated quantities per line item as stated are for one-year quantities. The minimum delivery order/dollar value is $1000. The maximum delivery order quantity/dollar amount for single item is $1 million. Maximum delivery order quantity/dollar amount for combination of line items is $1 million. Delivery requirement: ten days (10) ARO. Variation-in-Quantity is +0%/-0%. NO EXCEPTIONS. Period of Performance will begin 30 days after Date of Award and continue on an "as needed basis" for two years from date of award. For UNICOR, FCI Terminal Island, CA, the Factory Contracting Officer is Ms. Pamela Gonzales, Telephone No. 310-732-5456, and FAX No. 310-519-7761. The Contracting Officer Technical Representative (COTR) is Mr. Jack Martinez, Telephone 310-732-5468, FAX No. 310-519-7761. The Contracting Officer for FCI El Reno, OK, is Kirk Kennedy at 405-262-4875 x368 and FAX 405-262-4574; the COTR is Nancy Evans at 405-262-4875 x369. The Contracting Officer at USP Lewisburg is Gina Reed at 570-524-4476 and FAX 570-524-2395, the COTR is Scott Smith at 570-523-1251 x376. The contractor will only deliver items and quantities specified by individual delivery (purchase) 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. Work invoiced without a delivery order may not be reimbursed by UNICOR. Contractor shall not be required to perform any delivery orders issued after the expiration date of the contract. The following provisions and clauses of the Federal Acquisition Regulation apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2, Evaluation -- Commercial Items; FAR 52.212-3,Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items. The proposal will be evaluated by the following Best Value Criteria: (1) Past Performance, (2) Price, and (3) Technical. All evaluation factors other than price are approximately equal to price. If proposals from more than one offeror are evaluated to be acceptable and reasonably fair, the Contracting Officer may award multiple awards and each subsequent delivery order may be competed for quotes and issued based on the above best value criteria. Each awardee will be guaranteed a minimum of delivery orders equal to $100,000 for the life of the Contract as long as the terms and conditions of the contract have been met and performance has been acceptable. This is an "All or None Award". Interested contractors may submit a proposal to mailing address UNICOR Federal Prison Industries, Inc., Industrial Products Group, 320 First Street, N.W., Washington, D.C. 20534, ATTN: John Huotari, 6th Floor, Room 6036, 400 Bldg; and (if Hand carried, Federal Express, UPS, etc.) send to: UNICOR, Federal Prison Industries, Inc., Industrial Product Group, 400 First Street, N.W., 6th Floor, Room 6036, Washington, D.C. 20534, ATTN: John Huotari, Contracting Officer. Reference the solicitation number on the outside of the package. The Government reserves the right to make awards on the initial offer received without discussions. The following six (6) documents are required to be submitted to UNICOR No Later Than August 6, 2001 at the Close of Business: (1) SF 1449 or firm's letterhead agreeing to all terms and conditions of the solicitation, (2) FPI 9999-999-9, Business Management Questionnaire must be completed with a minimum of five references of contracts that are of similar size and complexity. Include the following information: Contact person, telephone number and the product provided. (3) ACH Vendor/Miscellaneous Payment Enrollment Form, (4) Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2001) found on UNICOR's Website. (5) All amendments must be acknowledged or signed with the proposal if issued. (6)a. State in less than three pages your experience installing and servicing similar products. (6)b. State in less than two pages the geographic spectrum serviced at any one time, especially similar types of products. (6)c. State in less than two pages your experience resolving industrial problems similar to what one might expect with this contract. (6)d. State in less than 5 pages how you plan to manage the contract's operational and administrative issues. (6)e. Show how your company's current financial statements (preferably certified) support your ability to cover cash flow requirements in performing the contract. FAX proposal to 202-305-7353/-7354 per FAR 52.215-5, Facsimile Proposals. All responsible/responsive contractors will be considered for award. 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. Reference 52.211-1. Documents cited in this solicitation may be obtained from the General Services Administration, Federal Supply Service Bureau, Specifications Section, Suite 8100, 470 L'Enfant Plaza, S.W. Washington, D.C. 20407, Telephone 202-619-8978, Fax No. 202-219-8978. This solicitation and a more detailed Statement of Work can be downloaded from UNICOR's website, see "www.unicor.gov/procurement/metals". NO TELEPHONE REQUESTS OR PROPOSALS WILL BE ACCEPTED. For information regarding this solicitation or questions, contact John Huotari, Telephone No. 202-305-7258, FAX No. 202-305-7353/-7354. Reference the quote number on the request. Numbering System (DUNS) Number is applicable. Clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, applies to this acquisition. Due to electronic payment procedures, all vendors must supply your DUNS Number, ACH Number and TIN Number with your quote. A completed ACH form must be on file prior to contract award. If quote is not submitted on a Standard Form 1449, submit the proposal on Company's letterhead, with a statement specifying your agreement with all terms and conditions of this solicitation. Offers that fail to furnish required representation and certifications or fail to acknowledge and accept 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 the offer 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. The following apply: FAR 52.233-3, Protest After Award; 52.242-15, Stop Work Order; 52.249-4, Termination for Convenience of the Government; 52.252-1, Clauses by Reference; 52.222-6 through 17, Davis Bacon Act; 52.222-41, Service Contract Act of 1965.
- Web Link
- Click here to download item details and statement of (http://www.unicor.gov/procurement/metals)
- Record
- Loren Data Corp. 20010725/NSOL001.HTM (W-204 SN50S6X7)
| N - Installation of Equipment Index
|
Issue Index |
Created on July 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|