COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12, 2001 PSA #2934
SOLICITATIONS
P -- SCRAP METAL SERVICES
- Notice Date
- September 10, 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
- MT582-01
- Response Due
- October 11, 2001
- Point of Contact
- Alice Calabro, Contracting Officer, T: 202/305-7331 or Fax: 202/305-7353.
- Description
- This is a combined synopsis/solicitation for a service/supply contract for commercial items in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITTION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23 effective February 20, 2001The solicitation number is MT582-01 and this is a Request for Proposal. This acquisition is unrestricted. The North American Industry Classification System (NAICS) code is 56199 Scrap Metal Services. Proposals are due in this office no later than Thursday, October 11, 2001 at 2:00PM ET. Federal Prison Industries Inc. intends to enter into a firm fixed price requirements type contract for a period of performance of five years with a five years option, if exercised. Place of Performance: UNICOR El Reno, Oklahoma. UNICOR intends to award on an "All or None Basis". The quantities specified in the solicitation are estimates only; and shall not obligate the Government. Orders may be issued from date of contract award through five years thereafter and an additional 5 years if the option is exercised. The contractor must provide all manpower and equipment necessary for the loading, removal, and replacing of the bins for all three items: steel scrap, estimated quantity of 75 ton; tin cans, estimated quantity of 75,000 lbs.; and miscellaneous iron, estimated quantity of 375,000 ton. The contractor must be able to pickup item 1 after 4:00 AM and before 6:00AM when called the previous day due to the fact that the container is located inside the secure fence of the institution. The contractor will be required to furnish large bins to be placed in the Industry area for item 1, the transportation area for item 2 and the salvage area for item 3. Upon weighing each load the contractor will furnish a weight ticket of each item with the accompanying check made out to UNICOR, Federal Prison Industries. Only one contract will be awarded. Contractors must submit proposals on all three items in order to be considered for award. Each pickup requirement will be placed by authorized personnel either at El Reno OK and /or Central Office in Washington, DC with the exception of the Contracting Officer's Technical Representative (COTR). The Contracting Officer's Technical Representative (COTR) is Ms. Nancy Evans, El Reno, Oklahoma, Telephone: 405/262-4875 Ext.369. The Contracting Officer at El Reno is Mr. Kirk Kennedy, Telephone: 405/262-4875 ext.368. Prices will be FOB Destination. Pickups will be Monday through Friday, excluding weekends, Federal Holidays, and institution emergencies. Delivery address: UNICOR El Reno, (PO Box 1000), Hwy.66 W, El Reno, Oklahoma 73036. Delivery Hours: 8:00AM to 3:00PM. The contractor shall not be required to make any deliveries under this contract after 30 calendar days from contract expiration date. Interested contractors may submit a proposal to mailing address UNICOR Federal Prison Industries Inc., Industrial Products Group, 320 First Street, NW Washington, DC 20534 Attn: Alice Calabro, Room 6035; and (if Hand-carried, Federal Express, UPS, etc.) send to: UNICOR, Federal Prison Industries, Inc., Industrial Products Group, 400 First Street, 6th Floor, Room 6035 N.W., Washington, DC 20534. Attn: Alice Calabro, Contracting Officer. Reference the solicitation number on the outside of the package. The proposal will be evaluated by the following Best Value Criteria: Price, Past Performance, and Delivery. This will result in an "All or None" award. The following clauses are applicable to this solicitation: 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS) Number; 52.212-1, Instruction to Offerors Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-3, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items; 52.215-5 Facsimile Proposals; 52.232-18, Availability of Funds; 52-232-33, Mandatory Information For Electronic Funds Transfer Payment; and JAR 2852.270-70, Contracting Officer's Technical Representative; 52.215-5, Facsimile Proposals, Number 202/305-7353 or 7354. 52.242-15, Stop-Work Order; 52-249-1, Termination of Convenience of the Government Services; and 52.256-2; Inspection of Supplies Fixed Price and 52.204-3, Taxpayer Identification, 52.216-18-Ordering; 52.216-19 Order Limitations; 52.216-21 Requirements; 2852.201.70 Contracting Officer's Technical Representative; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback Procedures; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-9 Buy American Act; 52.219-23 Notice of Price Evaluation; 52.225-21 Buy American Trade Act- North American Free Trade Agreement Implementation Act; 52.222-21 Prohibition of Segregated Facilities; 52.252-2 Clauses Incorporated by Reference. The offeror is required to provide past performance information for the same or similar product from five of the most recent contracts, include the following information: Company name, contact person, telephone number, product/service provided, and dollar value of the contract. The Government reserves the right to make award on the initial offer received without discussions. Offerors will submit signed and dated offers on Standard Form SF 1449 or Company letterhead stationary along with required certifications and representations, ACH Form. Facsimile proposals are acceptable at 202/305-7353 or 7354, to the attention of Alice Calabro, Contracting Officer. Offers must be received no later than Thursday, October 11, 2001 at 2:00PM ET. The proposal must include the company name, address, telephone number, technical description of the items being offered in sufficient detail to evaluate in compliance with the requirements in the solicitation, and a completed copy of Representation and Certifications Commercial Items and acknowledge all amendments, if applicable. Offeror will hold prices firm for 60 calendar days from the bidding event date. If the offer is not submitted on a Standard Form SF 1449, submit the proposal on Company letterhead, with a statement specifying agreement with the terms and conditions stated in the solicitation. Offers that fail to furnish required representation and certifications or reject the terms and conditions of the solicitation may be excluded from consideration. All responsible/responsive contractors will be considered for award. Due to electronic payment procedures, all vendors must supply the company ACH information and TIN number. A completed ACH form is required prior to award. A written notice of award or acceptance of an offer 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. 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. Specification documents cited in this solicitation may be obtained from the General Services Administration, Federal Supply Service Bureau, Specification Section, Suite 8100, 470 L'EnFant Plaza, SW, Washington, DC 20407. Telephone 202/619-8978. The detailed specifications along with the Procurement forms will be made available at the UNICOR website: www.unicor.gov/procurement. Telephone requests will not be honored. For information regarding this solicitation you may contact Alice Calabro, Contracting Officer, Telephone 202/305-7331 or Fax 202/305-7353.
- Record
- Loren Data Corp. 20010912/PSOL001.HTM (W-253 SN50X218)
| P - Salvage Services Index
|
Issue Index |
Created on September 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|