SOLICITATION NOTICE
83 -- POLYESTER MESH FABRIC
- Notice Date
- 3/25/2004
- Notice Type
- Solicitation Notice
- NAICS
- 313249
— Other Knit Fabric and Lace Mills
- Contracting Office
- Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
- ZIP Code
- 20534
- Solicitation Number
- CT1654-04
- Response Due
- 4/9/2004
- Archive Date
- 6/30/2004
- 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 CT1654-04 and is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. The North American Industry Classification System code is 313249 and small business size standard is 500 employees. UNICOR, Federal Prison Industries, Inc., intends to enter into a three-year, firm-fixed-price, requirements type contract for polyester mesh fabric. The quantity requested is as follows: FAB1215 ? 120,000 YARDS. The quantities are estimated. LINE ITEM 0001, FAB1215, MESH, POLY, BLEACHED,8-OZ, 50"W, DESCRIPTION: MESH FABRIC FOR COMMISSARY BAG, ADJECTIVE: POLYESTER MESH 8 OZ., SIZE: 50" WIDE, COLOR: BLEACHED, U/M: YARD, NO MILITARY SPEC. THIS REQUIREMENT IS ALL OR NONE. THERE IS NO DOMESTIC REQUIREMENT. REQUIRED DELIVERY SHALL BE 30 DAYS AFTER RECEIPT OF DELIVERY ORDER. BID SAMPLES ARE REQUIRED AND ARE A CONSIDERATION OF CONTRACT AWARD. SHOULD YOUR SAMPLE NOT BE SUBMITTED OR NOT RECEIVED AT THE APPROPRIATE LOCATION, YOUR OFFER WILL NO LONGER BE CONSIDERED. EACH VENDOR MUST SUBMIT TO A 12" X 12" SWATCH OF MATERIAL ALONG WITH A CERTIFIED LABORATORY REPORT, AND A CERTIFICATE OF CONFORMANCE NO LATER THAN APRIL 9, 2004 AT 2:00 PM. THE SAMPLE SWATCH WILL BE EVALUATED FOR THE FOLLOWING CRITERIAS: 100% POLYESTER WARP KNIT 24 GAUGE, COLOR: BLEACHED, WEIGHT: 8 OZ., SIZE: 50", PATTERN: HEXAGONAL, WALES: 6.58, COURSES: 1720, HOLES/INCH: 10 MINIMUM. ANY SAMPLE SWATCH SUBMITTED THAT IS NOT ACCOMPANIED BY A LABORATORY REPORT AND A CERTIFICATE OF CONFORMANCE ATTESTING TO THE ABOVE MINIMUM CRITERIA WILL NOT BE ACCEPTED OR CONSIDERED. ALL SAMPLES SHALL BE SENT TO THE ATTENTION OF MELLISA RHINEHART, CONTRACTING OFFICER, UNICOR CLOTHING AND TEXTILES BUSINESS GROUP-6TH FLOOR, 400 FIRST STREET, NW, WASHINGTON, DC 20534. ALL SAMPLES SUBMITTED SHALL HAVE MARKED ON THE OUTSIDE OF THE PACKAGE ?SAMPLE?, ALONG WITH THE SOLICITATION NUMBER. THERE ARE NO EXEMPTIONS FROM OFFERING A SAMPLE. SPECIAL CONTRACT REQUIREMENTS: The fabric is to be rolled on heavy cardboard tubes and wrapped in heavy plastic. All dye lots shall be the same color and there must be no variance in shade from shipment to shipment. LABORATORY REPORTS/TESTING AND CERTIFICATION OF COMPLIANCE REQUIREMENTS: A certificate of compliance and a detailed laboratory report must precede or accompany each and every product shipment. Failure of this vital information to precede or accompany each shipment shall be cause to reject the shipment, having the carrier return the shipment. Furthermore, the vendor will maintain detailed laboratory testing results, and these will be made available to UNICOR on request. The Government reserves the right to have the products tested in a Government selected laboratory, if it is deemed necessary by the Contracting Officer. In case of dispute, the findings of the National Bureau of Standards shall be final. The Contractor will be liable for any losses sustained by the Government through the use of any products that fail to meet requirements, when tested in a Government selected laboratory. UNICOR will not incur any debt, or make payment on product invoices, which fail to meet these requirements: LOT # WIDTH PATTERN WALES COURSES HOLES/INCH? Stand. 50? (O-2?) Hexagonal 6.5-8 17-20 10 minimum The Certificate of Compliance statement requirement is as follows: ?I certify that the results shown herein meet or exceed the specifications as restated above. The tests were performed under my supervision and the results are true, valid, and applicable to the fabric tested?. THE CONTRACTOR WILL BE REQUIRED TO MEET THE FOLLOWING SHIPPING REQUIREMENTS: (1) SHIPMENT WILL NOT BE ACCEPTED WITHOUT A CERTIFICATE OF CONFORMANCE. A lab test of the material is required at time of delivery. Shipment will not be accepted without a lab test. (2) INSPECTION AND ACCEPTANCE SHALL BE AT FCI SAFFORD, AZ. Call Mr. Fred Garcia at (928) 428-2377 48 hours prior to delivery to schedule an appointment. DELIVERY WILL BE ACCEPTED BETWEEN 9:00 A.M. - 1:30 P.M., MONDAY THROUGH FRIDAY, EXCLUDING FEDERAL HOLIDAYS, ALL ITEMS ARE SUBJECT TO SECURITY REQUIREMENTS. TO ALL TRUCK DRIVERS: You will be entering a Federal Correctional Institution; therefore, no split loads will be allowed at anytime. All items are subject to inspections due to security requirements. The following FAR clauses and provisions apply to this acquisition: 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS); 52.204-7, Central Contractor Registration; 52.211-16, Variation in Quantity, The permissible variation shall be +5%/ -0%; 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: http://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; 52.214-20, Bid Samples; 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 ____________________ _______________________ ____________________ _______________________ 52.216-18, Ordering, Orders may be issued under the resulting contract from the date of award through three (3) years thereafter; 52.216-19, Order Limitations, Order Limitation applies with (a) minimum order of 1,000 YARDS (b) (1) the Contractor is not obligated to honor any order for a single item in excess of 25,000 YARDS (b)(2) the Contractor is not obligated to honor any order for a combination of items in excess of 25,000 YARDS. Contractor will not be obligated to honor a series of orders from the same ordering office, within a 10 day period that together call for quantities exceeding the maximum order limitations. The Contractor shall honor any orders exceeding the maximum order limitations unless the order, or orders, is returned to the ordering office within five calendar days after issuance with a written statement expressing the contractor?s intent not to ship; 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 313249. The small business size standard is 500 employees. 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 Safford, 1529 W. U. S. Highway 366, Safford, AZ 85546. The COTR at FCI Safford is Fred Garcia, Telephone (928) 428-2377. Any questions or problems regarding payment should be directed to Patrick Carr, Business Manager, 928-428-2377. DELIVERY HOURS: Normal delivery hours are as follows: 9:00 am ? 1:30 pm, Monday through Friday, notwithstanding emergencies and Federal holidays; 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 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 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: http://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: http://www.unicor.gov/procurement/proforms.htm. Implementation of the Central Contractor Registration (CCR) will be mandated and effective October 1, 2003. ALL CONTRACTORS MUST REGISTER in the CCR prior to award. For additional information and to register, go to www.ccr.gov. All offers shall be submitted by the date and time specified (April 9, 2004 @ 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 Friday, April 9, 2004 at 2:00 PM Eastern Standard Time. Offer must indicate Solicitation No. CT1654-04, 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 (April 9, 2004 @ 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.dla.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: UNICOR SAFFORD, 1529 W. U.S HWY 366, SAFFORD, AZ
- Zip Code: 85546
- Country: USA
- Zip Code: 85546
- Record
- SN00554030-W 20040327/040325211840 (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 |