SOLICITATION NOTICE
36 -- Styrene Cards and Printing
- Notice Date
- 6/16/2006
- Notice Type
- Solicitation Notice
- NAICS
- 323119
— Other Commercial Printing
- Contracting Office
- Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
- ZIP Code
- 20534
- Solicitation Number
- CG288-06
- Response Due
- 7/12/2006
- Archive Date
- 7/27/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in the notice. This announcement constitutes the only solicitation being requested. Solicitation Number for the Quote is CG288-06, the solicitation is issued as a Request for Quote (RFQ). The RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-09. The North American Industry Classification System (NAICS) is 323119. UNICOR, Federal Prison Industries, Inc., intends to enter into a two (2) year firm-fixed price requirements type contract for the following items: Line item 0001, White, Styrene Card; Size: 2-1/8" X 3-3/8" final size. Stock: 20 Mil White Gloss/Matte; Matte PVC or Matte/Matte. Type: White Styrene. Coating: Overall UV two Side. Print: Dense Black and reflex blue. Finish: PMC Diecut Pack in Trays and bulk Carton Pack. Description: Production of credit card type product print 2 PM + Coating/ 2 PMS + Coating on White Styrene, PMC Diecut, Tray and Master Pack. Estimated quantity 28,000,000 each (cards only). NOTE: The vendor is required to provide the styrene cards and the capability to print artwork on the styrene cards. Art work will be provided, via a disk by the factory. A complete sample of the printed styrene card with art work and any customer changes will be submitted to the factory for approval prior to each initial order delivery. An approval of each sample will be required prior for each initial order delivery by the factory. NOTICE: All vendors submitting a quote must be able to provide both the styrene cards and printing services for this requirement. For a sample and specification of the artwork the prospective vendors must contact Mark Gustafson, Print Factory Manager, UNICOR Print Plant, FCI Sandstone, 2300 County Road 29, P.O. Box 999, Sandstone, MN 55072, telephone (320) 245-6606. Vendor is to provide separate pricing for the art work printing and the cost of the styrene cards. PLEASE PRICE OUT SEPARATELY AS LINE ITEM 0001 STYRENE CARDS AND LINE ITEM 002 ARTWORK PRINTING. Required delivery will be ten (10) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Correctional Institutional, Federal Prison Industries, 2300 County Road 29, P.O. Box 999, Sandstone, MN 55072. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through two (2) year thereafter. The contractor will only deliver the items that have been designated by a delivery order. Items shipped without a delivery order will be returned at the contractor?s expense. Any supplies to be furnished under the contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI Sandstone, MN and Central Office, Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 10:00 a.m. and 12:30 p.m. to 2:45 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for the contract will be Mark Gustafson, Factory Manager. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institutional, Federal Prison Industries, 2300 County Road 29, P.O. Box 999, Sandstone, MN 55072; telephone (320) 245-6606. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under the contract ten (10) calendar days after the expiration of the contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity for 1,500,000 each per delivery order and a maximum delivery order for 4,000,000 each per delivery order . THE QUANTITIES SHOWN IN THIS REQUIREMENT ARE ESTIMATES ONLY AND NOT AN ORDER, AND DO NOT OBLIGATE THE GOVERNMENT. FUNDS WILL BE OBLIGATED BY EACH DELIVERY ORDER AND NOT THE CONTRACT ITSELF. The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their quote firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, must be included with your offer. 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. The following clauses also apply to this solicitation: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items PARAGRAPH (d) DISPUTES shall be deleted and replaced with ?DISPUTES? THIS CONTRACT IS NOT SUBJECT TO THE CONTRCT DISPUTES ACTS OF 1978, AS AMENDED (41 U.S.C. 601-613). DISPUTES ARISING UNDER OR RELATING TO THIS CONTRACT SHALL BE RESOLVED IN ACCORDANCE WITH THE CLAUSE AT FAR 52.233-1 DISPUTES (JUL 2002)(DEVIATION). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to the solicitation will be synopsized in the same manner as the solicitation and must be acknowledged by each vendor. This is an ?All or None? requirement. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate quotes: Past Performance is 50%, price and specification/technical when combined are equal to 50%. The quote conforms to the solicitation and is considered most advantageous to the Government. Vendors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are similar in scope to the requirement being evaluated. (List at least three (3) and no more than five (5) contracts for evaluation. References provided shall be for contracts performed within the past three (3) to five (5) years. All references provided may or may not be used in the evaluation of the contractor?s performance. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. FAR Subpart 4.11 Central Contractor Registration applies. FAR 52.52.212-1 Instructions to Offerors-Commercial Items (3)(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Vendor does not become registered in the CCR database in the prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. All Vendors MUST be registered in the Contractor Performance System (CPS). To register go to http://cps.od.nih.gov click on the hypertext ?Registration for Existing Contracts? listed under the column labeled ?Contractor Information,? read the information provided on the page and click the hypertext http://cpscontractor.nih.gov/, this will put you on the Login screen of the Contractor Performance System (CPS). On the right hand side of the screen you will see a question ?Registered to the New CPS yet?? Click here to start the 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 you can contact CPS Support by E-Mail (cps-support-I@list.nih.gov) or call Jo Ann, Paulette or Alex on (301) 451-2771. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our web page http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. 52.217-2 Cancellation Under Multi-year Contracts andFAR 52.232-18, Availability of Funds applies. If quote is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitation to ATTN: Chyrel McPherson, Contracting Officer, RFP Number CG288-06, fax your offer to (202) 305-2091 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Wednesday, July 12, 2006, 2:00 p.m., Eastern Standard Time. See Note 1.
- Record
- SN01071717-W 20060618/060616221028 (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 |