Oklahoma Bids > Bid Detail

Steel Tubing

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159769102587962
Posted Date: Nov 5, 2022
Due Date: Nov 9, 2022
Solicitation No: 1541-23
Source: https://sam.gov/opp/3f16716c35...
Follow
Steel Tubing
Active
Contract Opportunity
Notice ID
1541-23
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON INDUSTRIES, INC
Office
FEDERAL PRISON INDUSTRIES, INC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 04, 2022 08:01 pm EDT
  • Original Published Date: Nov 02, 2022 02:57 pm EDT
  • Updated Date Offers Due: Nov 09, 2022 02:00 pm EST
  • Original Date Offers Due: Nov 09, 2022 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 24, 2022
  • Original Inactive Date: Nov 24, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    OK 73036
    USA
Description View Changes

SECTION A - Solicitation FN1541-23





SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS



Federal Prison Industries (FPI), which operates under the trade name UNICOR, is a wholly-owned Government Corporation within the Department of Justice, under the Federal Prison System. The Corporation was created by Congress in 1934, and provides employment, education, and training opportunities to inmates under Federal custody. UNICOR operates approximately 99 factories in over 64 locations. Its production lines are extensive and include over 250 different products and services sold to other Federal Agencies and the Department of Defense.



GENERAL INTENTION: It is the intent of this solicitation to result in a one (1) Purchase Order Firm Fixed Price for steel parts 2"X2"X.250,WALL-THK,20'L,SQ-STL-TBE and RECT,3"WX2"HX1/4"WALL,180"L,HR,ASTM-A500



UNICOR FPI El Reno Metal, 4205 HWY 66 West, OK. 73036.







All offerors shall read the solicitation in its entirety prior to submission of any questions. All questions SHALL be submitted in writing. At no time shall offerors contact individuals at the individual factories. No questions will be answered verbally. All questions shall be submitted in writing to matthew.joyce2@usdoj.gov by November 4th, 2022 at 2:00 pm EST and must reference the solicitation number in the subject of the request. No questions will be answered after that date.







Solicitation number is FN1541-23, and this solicitation is issued as a Request for Quote (RFQ). It is anticipated that this solicitation will result in a Single Award.





Offer closing date is November 9th, 2022 at 2:00PM EST. Quotes received after this time WILL NOT BE CONSIDERED FOR AWARD. Questions shall be emailed to matthew.joyce2@usdoj.gov no later than November 4th, 2022 at 2:00 pm EST. Questions received after this time may not be answered.





SUBCONTRACTING PLAN: Large Businesses submitting a proposal are required to submit their subcontracting plan as part of their proposal by the scheduled closing date and time. Failure to submit a subcontracting plan may result in the proposal being found technically unacceptable and may not be considered for further evaluation.





This Solicitation is made for full and open competition under NAICS Code 332322 Sheet Metal Manufacturing



.





UNICOR’s desired delivery is 21 calendar days or sooner from receipt of award. Offer shall list earliest possible



delivery date after award in calendar days.





Any amendments issued to this solicitation shall be synopsized in the same manner as this solicitation and must be



acknowledged by each offeror. Offeror must hold prices firm for 90 calendar days from the date specified for receipt of



offers. Offers or Modifications to offers received at the address specified for the receipt of offers after the exact



time specified may not be considered.





The following information pertains to the Standard Form 1449 Solicitation:



OMB 1103-0018



The offer acceptance period is 90 Calendar days. Block 31b, Matthew Joyce, Contracting Officer





NOTE: UNICOR may add other factories or materials to contract at a later date through a modification to the awarded contract.



All solicitations (also future procurement) and any other information (amendments, etc.) may be obtained through F.





All offerors must complete the following information prior to submission of offer to be considered for award, in addition to the requirements of Section L:



Complete the ACH form and registration in SAMS http://sam.gov formerly known as CCR and ORCA. The ACH Form - which can be found on UNICOR website at www.unicor.gov



About UNICOR - Doing Business with UNICOR For vendors



Electronic Vendor Payment



Scroll down to ACH Form, Print and submit with written offer What is SAM?















The System for Award Management (SAM) is combining eight federal procurement systems and the Catalog of Federal Domestic Assistance into one new system. The benefits of SAM include streamlined and integrated processes, elimination of data redundancies, and reduced costs while providing improved capability.



With one user ID and password, SAM will benefit contractors by providing access to all the capabilities associated with:




  1. Registering to do business with the Government

  2. Viewing Business Opportunities

  3. Place of Delivery - FCI El Reno, 4205 HW 66 West, OK. 73036.66 West, OK. 73036.



NOTE: UNICOR may add other factories to contract at a later date through a modification to the awarded contract.





The quote shall be submitted to matthew.joyce2@usdoj.gov and state solicitation number FN1541-23 in the email title. The quote must be received by November 8th, 2022 by 2:00 pm EST.





All solicitations (also future procurement) and any other information (amendments, etc.) may be obtained through SAM.gov.



All offerors must complete the following information prior to submission of offer to be considered for award:





1.) ACH Form - which can be found on UNICOR website at www.unicor.gov About UNICOR - Doing Business with UNICOR



For vendors



Electronic Vendor Payment



Scroll down to ACH Form, Print and submit with written offer





2.) Complete the ACH form and registration in SAMS http://sam.gov formerly known as CCR and ORCA. The ACH form can be found on UNICOR's webpage at www.unicor.gov. For the ACH form click on Doing Business with UNICOR



For Vendors



Electronic Vendor Payment



Scroll down to ACH Form, Print and submit with written offer. What is SAM?



The System for Award Management (SAM) is combining eight federal procurement systems and the Catalog of Federal Domestic Assistance into one new system. The benefits of SAM include streamlined and integrated processes, elimination of data redundancies, and reduced costs while providing improved capability.



With one user ID and password, SAM will benefit contractors by providing access to all the capabilities associated with:




  1. Registering to do business with the Government

  2. Viewing Business Opportunities (SAM.gov)



4. The UIN and TIN numbers must match your information on www.sam.gov















Unique (ID) Number: ______________



TIN Number:



If DUN and TIN numbers do not match SAM information, no award will be made to that offeror.






  1. Statement of Work will be included with solicitation






  1. Vendor's Point of Contact ______________





7. Vendor's Telephone Number and Telephone Number _______________





8. Vendor's Email Address ______________





9. Vendor's Business Size (i.e. Small, Large) _______________





By submission of an offer the offeror acknowledges the requirement that a respective awardee shall be



registered in the SAM Database (System for Award Management) prior to submitting a proposal, during



performance and through final payment of any contract resulting from this solicitation.



________________________ Signature





The NAICS code associated with this requirement is 332322 Industrial Machinery & Equipment





SECTION C - DESCRIPTION-SPECIFICATION WORK STATEMENT



Item 1



UNICOR Part Number: TUS0110



Description: 2"X2"X.250,WALL-THK,20'L,SQ-STL-TBE*



SIZE: 2.00" Square x .250"T x 240"L



OVERALL LENGTH TOLERANCE: +1/2", -0"





SPECIFICATIONS: ASTM A500 ERW carbon mechanical tubing, type 1,



a.w.h.r.p.o. ("as welded" from hot rolled steel), or



type 2, a.w.c.r. ("as welded" from cold rolled steel). Internal flash



not to be removed. Chemical composition shall be MT 1010 in accordance



with table 1. The tubing shall be free of fractures, cracks, grooves,



roughness, rust, rolling or tool marks. The tubing will be exposed in a



painted condition and must present a smooth appearance.





PACKAGING AND MARKING: Tubing to be packaged in securely banded bundles



of 50 pieces each. Each bundle must be tagged as to material



dimensions, weight, stock number (TUS0110), UNICOR purchase order



number, and date.





INSPECTION AND ACCEPTANCE: tubing to be protected from the elements



enroute and must arrive dry and corrosion free to be acceptable. Tubing



shall be shipped in a manner allowing for easy unloading at destination



by forklift.





Total Quantity Required: 5,276 each



Will be delivered in two shipments 2,638 each with the first shipment within 30 Calendar days and second shipment coming 30 to 45 Calendar days after that.





Item 2



UNICOR Part Number: TUS0051



Description: RECT,3"WX2"HX1/4"WALL,180"L,HR,ASTM-A500



OVERALL LENGTH TOLERANCE: +1/2", -0"



UNICOR PART NO: TUS0051



DESCRIPTION: RECT,3"WX2"HX1/4"WALL,180"L,HR,ASTM-A500



U/M: EA





SPECIFICATIONS: ASTM A500 ERW carbon mechanical tubing, type 1,



a.w.h.r.p.o. ("as welded" from hot rolled steel), or



type 2, a.w.c.r. ("as welded" from cold rolled steel). Internal flash



not to be removed. Chemical composition shall be MT 1010 in accordance



with table 1. The tubing shall be free of fractures, cracks,



grooves, roughness, rust, rolling or tool marks. The tubing will be



exposed in a painted condition and must present a smooth appearance.





PACKAGING AND MARKING: Tubing to be packaged in securely banded bundles



of even numbers. Each bundle must be tagged as to material



dimensions, weight, stock number (TUS0051), UNICOR purchase order



number, and date.





INSPECTION AND ACCEPTANCE: tubing to be protected from the elements



enroute and must arrive dry and corrosion free to be acceptable. Tubing



shall be shipped in a manner allowing for easy unloading at destination



by forklift.





Total Quantity Required: 1,000 each



Will be delivered in two shipments, 500 each with the first shipment within 30 Calendar days and second coming 30 to 45 Calendar days after that





End of Scope







SECTION D - PACKAGING AND MARKETING





D1. FPI 1000D PACKAGING AND MARKING



Supplement: LCL APPR





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 RECEIVED WITHOUT A CERTIFICATE OF CONFORMANCE (COC) WILL NOT BE PROCESSED FOR PAYMENT UNTIL A COC IS PROVIDED.





All shipments should be labeled as follows:




  1. Vendor name

  2. Purchase Order number and/or Contract number

  3. Item description

  4. Item quantity and weight

  5. Other pertinent information

  6. Pallets or skids must be capable of being moved throughout the factory fully loaded using a forklift.





Due to the volume of trucks that may come through any given UNICOR warehouse, it is sometimes necessary to make an appointment; therefore, warehouse at respective factory should be notified 24 hours prior to delivery to schedule delivery time. Appointments can be scheduled via phone call or fax. Request for appointment shall include point of contact, phone number, fax number and email address. A list of warehouse staff at each location will be provided to the successful offeror(s) upon contract award.



A certificate of conformance must accompany each delivery order. Failure to provide a certificate of conformance will delay payment.



Steel shall be shipped and packaged according to industry standard.















All packaging shall be clearly marked with the purchase order number,





SECTION E - INSPECTION AND ACCEPTANCE



E1. 52.246-2 Inspection of Supplies - Fixed Price ((Aug 1996) E2. 52.246-16 Responsibility for Supplies (APR 1984)



E3. 52.246-15 Certificate of Conformance (APR 1984)






  1. When authorized in writing by the cognizant Contract Administration Office (CAO), the Contractor shall ship with a Certificate of Conformance any supplies for which the contract would otherwise require inspection at source. In no case shall the Governments right to inspect supplies under the inspection provisions of this contract be prejudiced. Shipments of such supplies will not be made under this contract until use of the Certificate of Conformance has been authorized in writing by the CAO, or inspection and acceptance have occurred.






  1. The Contractors signed certificate shall be attached to or included on the top copy of the inspection or receiving report distributed to the payment office or attached to the CAO copy when contract administration is performed by the Contracting Officer or his/her designee. In addition, a copy of the signed certificate shall also be attached to or entered on copies of the inspection or receiving report accompanying the shipment.






  1. The Government has the right to reject defective supplies or services within a reasonable time after delivery by written notification to the Contractor. The Contractor shall in such event promptly replace, correct, or repair the rejected supplies or services at the Contractors expense.






  1. The certificate shall read as follows:





I certify that on [insert date], the [insert Contractors name] furnished the supplies or services called for by Contract No. via [Carrier] on [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification (part number), and are in the quantity shown on this or on the attached acceptance document.





Date of Execution: Signature: Title:





SECTION F - DELIVERIES OR PERFORMANCE





Purchase Orders will be submitted to offerors via email. UNICOR does not mail purchase orders. Order confirmation shall be signed and dated in blocks 30a, b and c of the delivery order and written confirmation must be returned to the contracting officer within 24 hours of order receipt.



Order confirmation containing the following information must be emailed to matthew.joyce2@usdoj.gov or designee.




  1. Date of order

  2. Purchase order number

  3. Item number and description, quantity, and unit price

  4. Delivery or performance date

  5. Place of delivery

  6. Shipping instructions

  7. Accounting data
















  1. Any other pertinent information





Delivery lead time: Provide best lead time in proposal



****PLEASE NOTE, DELIVERY DAY IS CALENDAR DAYS****** F2. FPI 1000F2 TIME OF DELIVERY/DELIVERY SCHEDULE



Supplement: LCL APPR





Purchase Order will be provided through:





PRIMARY:



Matthew Joyce, Contract Specialist, UNICOR OFG, Central Office, matthew.joyce2@usdoj.gov





SECONDARY:



Linda K. Kerr, Contract Specialist, UNICOR, Central Office, email Linda.Kerr@usdoj.gov.







F3. 52.211-11 Liquidated Damages - Supplies, Services, or Research and Development (SEP 2000)





If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages not to exceed 10% per calendar week of the total cost of each line item delayed.





Liquidated damages start accruing on the first day an order is late until receipt of that item at the UNICOR location. There is no limit to liquidated damages but the government is open to discussions to assist offeror in mitigating damages. It is the offerors responsibility to notify the government of any delays in shipping the product. It is also the offerors responsibility to find alternate methods to make on-time deliveries in the event of an unforeseen delay such as truck strike. Severe weather delays will be handled on a case by case basis.





F6. 52.247-34 F.O.B. Destination (Nov 1991) SECTION G - CONTRACT ADMINISTRATION DATA



G1. JAR 2852.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (JAN 1985)



Supplement: LCL APPR






  1. Contracting Officer's Representatives (COR) is To Be Determined TBD






  1. The COR is responsible, as applicable, for: receiving all deliverable's, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payments.






  1. The COR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of















the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes in writing.







G2. This contract will be administered by:





Primary:



Matthew Joyce



Contract Specialist



Email: matthew.joyce2@usdoj.gov



Phone: 814-362-8900 ext. 3512





Written communications shall make reference to the contract number and shall be emailed to the address of the primary contracting officer above. In the event Matthew Joyce is unavailable, please send correspondence to the Linda Kerr at Linda.Kerr@usdoj.gov.





G3. Address to which remittance should be mailed: Offeror shall indicate below the complete mailing address (including the nine digit ZIP code) to which remittance should be mailed if such address is other than that shown in Block 15A, Page 1 (Standard Form 33), they shall enter it below:






  1. Payee Name (Contractor):






  1. Check Remittance Address:





















Any questions or problems regarding payment should be directed to the following location: UNICOR FPI, Central Accounts Payable, P.O. BOX 11849, LEXINGTON KY 40578-1849



All invoices shall reference purchase order number, not the contract number. Invoices received without the purchase order number will be rejected and returned to vendor.



Note To Vendors: In accordance with the prompt payment act, invoices that do not agree with the purchase order/delivery order amounts will be returned to the vendor at the address located in block 17A of the SF1449.





Vendor Payment:



Offerors must submit a new ACH form whenever any payment information is changed (i.e. new bank, account, routing). Failure to submit new information will result in delayed or non-payment of product/service until information is properly updated. Offerors may obtain the ACH form by logging on to the following website:





***Note: It is anticipated that there will be no advanced payment for manufacturing of this machine. However, in lieu of advance pay, FPI can offer Net 15 or Net 10 payments terms as negotiated.***





www.unicor.gov



Doing Business with UNICOR Electronic Vendor Payments



Click, download form and submit with written proposal.



The ACH is the first form, just click on form and print to your printer, fill out and return to the contracting officer. NOTE: Unique Identifying Number (UIN) on ACH form shall match information provided in SAM. Failure to provide matching UIN















information may result in your firm not receiving an award.







SECTION H - SPECIAL CONTRACT REQUIRMENTS



Intentionally left blank.





SECTION J - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS



J1. Business Office Questionnaire



J2. ACH Form







SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF BIDDERS








    1. The Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application in The System for Award Management (SAM) in Federal solicitations as a part of the proposal submission process. The System for Award Management (SAM) is combining eight federal procurement systems and the Catalog of Federal Domestic Assistance into one new system. The benefits of SAM include streamlined and integrated processes, elimination of data redundancies, and reduced costs while providing improved capability.







With one user ID and password, SAM will benefit contractors by providing access to all the capabilities associated with:






  1. Registering to do business with the Government

  2. Representing/Self-Certifying as a Small Business (Previously known as CCR/ORCA)

  3. Viewing Business Opportunities (SAM.gov)



With SAM you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at www.sam.gov . In addition, rather than receiving and reviewing paper submissions, government contracting officials can access SAM and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in SAM are current, complete and accurate as of the date of your signature, or list any changes.















You will need to review and/or update your SAM record annually in order to maintain its active status.



If you have already registered in the SAM database, please complete information below and return with written proposal.





Certification that all of your representations and certifications in SAM are current. Reps and Certs Data is complete and accurate as of



Date:






    1. 52.222-22 Previous Contracts and Compliance Reports. (FEB 1999) The offeror represents that-





It has, has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of



this solicitation;





It





has,





has not filed all required compliance reports; and





Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.








    1. 52.225-18 Place of Manufacture (AUG 2018)








  1. Definitions. As used in this clause:



"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except: (1)FSC 5510, Lumber and Related Basic Wood Materials;



(2)Federal Supply Group (FSG) 87, Agricultural Supplies; (3)FSG 88, Live Animals;



(4)FSG 89, Food and Related Consumables; (5)FSC 9410, Crude Grades of Plant Materials;




  1. FSC 9430, Miscellaneous Crude Animal Products, Inedible;

  2. FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8)FSC 9610, Ores;



(9)FSC 9620, Minerals, Natural and Synthetic; and (10)FSC 9630, Additive Metal Materials.





"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.






  1. For statistical purposes only, the offeror shall whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly:








    1. [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or







Signature





SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO BIDDERS



L1. 52.204-7 System for Award Management (OCT 2018)






    1. 52.212-1 Instructions to Offerors-Commercial Items (NOV 2021)

    2. 52.212-2 Evaluation-Commercial Items. (NOV 2021)



  1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



Ability to meet Specification















Past Performance Price



Product Warranty



Technical and past performance, when combined, are equal in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.




  1. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

  2. 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's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





Product Warranty







The Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application in The System for Award Management (SAM) in Federal solicitations as a part of the proposal submission process. With one user ID and password, SAM will benefit contractors by providing access to all the capabilities associated with:






  1. Registering to do business with the Government

  2. Representing/Self-Certifying as a Small Business (Previously known as CCR/ORCA)

  3. Viewing Business Opportunities (SAM.gov)



With SAM you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at www.sam.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access SAM and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in SAM are current, complete and accurate as of the date of your signature, or list any changes.





If you have already registered in the SAM database, please complete information below and return with written proposal.





Certification that all of your representations and certifications in SAM are current. Reps and Certs Data is complete and accurate as of



Date:





Signature





Changes:










    1. 52.222-24 Pre-award On-Site Equal Opportunity Compliance Evaluation. (Feb 1999)

    2. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Dec 2012)

    3. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)







This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if















they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.arnet.gov.








    1. FPI 999.999-9 BUSINESS MANAGEMENT QUESTIONNAIRE Supplement: LCL APPR







INSTRUCTIONS: Offerors 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 three (3) 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.





List one reference per form. (Form may be duplicated)



NOTE: If you performed any similar contracts for UNICOR, list them first. Reference 1:



Name, Address, Telephone number, email address and point of contact. Contract Number:



Type of Contract:





Contract Dollar Value:





Description of supply or service provided:







Reference 2:



Name, Address, Telephone number, email address and point of contact. Contract Number:



Type of Contract:





Contract Dollar Value:





Description of supply or service provided:





Reference 3:



Name, Address, Telephone number, email address and point of contact. Contract Number:



Type of Contract:





Contract Dollar Value:





Description of supply or service provided:

















L11. RESPONSIBLE PROSPECTIVE CONTRACTORS



Supplement: LCL APPR





Per FAR subpart 9.1, the following data is required from prospective contractors to determine financial responsibility.





Name of Bank/Financial Institution:



Address:



Telephone Number:



Point of Contact:





L.12 52.215-5 Facsimile Proposals (Oct 1997)



a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine.






  1. Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals.






  1. The telephone number of receiving facsimile equipment is: [352-330-8265] - for Josh Hassler and [352-330-8152) for Tiffani Balestrini.






  1. If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-






  1. The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal;






  1. The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and






  1. The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer.






  1. The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal.









SECTION M - EVALUATION FACTORS FOR AWARD





M1. INSTRUCTIONS TO OFFERORS / PROPOSAL REQUIREMENTS



Offerors will be evaluated on their proposals, including each of the following:






  1. Ability to meet Specification

  2. Past Performance

  3. Price

  4. Product Warranty

















Evaluation will be based on the offerors ability to:





Meet specification as stated in Section B & C PAST PERFORMANCE



Offerors will be evaluated on their record of relevant, and recent past performance, from the Business Questionnaires submitted, and information received from past contracts and any additional-data obtained by the Government, i.e., current contracts. Relevant past performance is defined as having a record of actual performance or accomplishment in the production of Fabrics on contracts similar in scope to the requirement being evaluated. Recent past performance information is defined as contracts performed within the last three (3) to five (5) years.





In evaluating offerors past performance, the Contracting Officer will consider the following: adherence to contract schedules, cooperative behavior and commitment to customer satisfaction, and the timeliness of performance taking into account excusable delays.





Offerors may provide information on problems encountered on the identified contracts and the corrective action taken. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offerors past performance. Prompt corrective action in isolated instances may not outweigh overall negative trends.





In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.





PRICE





The price proposal will be evaluated through price competition of this acquisition and the Government estimate. Fairness and reasonability will be determined accordingly by the contracting officer as do other factors, will also be part of the Governments Best Value Determination. All pricing must be FOB Destination Pricing. Each color will only have one pricing structure applicable to all ship to locations.





PRODUCT WARRANTY





Offerors shall provide warranty terms for all items proposed in the solicitation document and submit a copy of the written warranty. Offeror agrees to assist UNICOR in mitigating its damages due to leather failures/customer claims.









M2. 52.233-2 Service of Protest (Sept 2006)






  1. 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 Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Tatea R. Cavanaugh, 320 First Street NW, 400 Bldg, Room 7012, Washington DC 20534.






  1. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.





M3. 2852.233-70 PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE















(JAN 1998)




  1. The following definitions apply in this provision:




  1. "Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice.

  2. "Deciding Official" means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official.

  3. "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract.




  1. A protest filed directly with the Department of Justice must:

    1. Indicate that it is a protest to the agency.

    2. Be filed with the Contracting Officer.

    3. State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest.

    4. Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official.

    5. Include the information required by FAR 33.103(d)(2):

      1. Name, address, facsimile number and telephone number of the protestor.

      2. Solicitation or contract number.

      3. Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor.

      4. Copies of relevant documents.

      5. Request for a ruling by the agency.

      6. Statement as to the form of relief requested.

      7. All information establishing that the protestor is an interested party for the purpose of filing a protest.

      8. All information establishing the timeliness of the protest.





  2. An interested party filing a protest with the Department of Justice has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest.

  3. The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest.

  4. The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for agency officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties.

  5. Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official.

  6. The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable.

  7. An interested party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protester for any legal fees related to the agency protest.

  8. The Department of Justice will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed, or withdrawn.

  9. The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written.

  10. The Department of Justice may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice.]



M4. 52.212-2 Evaluation Commercial Items (Jan 1999)





(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer















conforming to the solicitation will be most advantageous to the Government, price and other factors considered.





Adjectival ratings shall be used to evaluate offerors proposals. The following evaluation factors will be evaluated utilizing the adjectival ratings listed below: Specification, Past Performance, Price, and Warranty:





Poor Unfavorable



Marginal More unfavorable than favorable



Good More favorable than unfavorable Excellent Entirely favorable





Offerors past performance will first be evaluated for relevancy and recentness. Only relevant, recent past performance contracts will then be evaluated for the offerors performance and given an adjectival rating as listed above. The offeror will then be given an overall confidence assessment rating, using the adjectival ratings listed above.





The price proposal will be evaluated through price competition of this acquisition and as compared to the Government Estimate. Price will be evaluated for fairness and reasonableness.





(c) 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 offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





The Contracting Officer will make award to the offeror whose proposal represents the best overall expected value and that is considered most advantageous to its interests based on the criteria specified in this solicitation.





Offerors are advised that the Government intends to evaluate proposals and award without discussions. Therefore, the initial proposal should contain the offerors best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.





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 prices proposal if the perceived benefits of the higher priced proposal are determined to merit the additional cost.







52.252-1 Solicitation Provisions Incorporated by Reference (2/98)





This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.





52.252-2 Clauses Incorporated by Reference (2/98)





This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: http://www.arnet.gov/far/





52.204-6 Unique Identifier Number 52.207-4 Economic Purchase Quantity-Supplies



52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation - Commercial Items





52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items



52.216-24 Limitation of Government Liability



52.244-6 Subcontracts for commercial Items



52.247-34 F.o.b. Destination











REQUEST FOR QUOTE



REPRESENTATIONS, CERTIFICATIONS, AND PROVISIONS







52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP 2021)





(a)(1) The standard industrial classification (SIC) code for this acquisition is [insert SIC code].






  1. The small business size standard is [insert size standard].






  1. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.






  1. Representations.

    1. The offeror represents as part of its offer that it is, is not, a small business concern.










    1. (Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, for general statistical purposes, that it is, is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.










    1. (Complete only if offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it is, is not a women-owned small business concern.








  1. Definitions.





"Small business concern," as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision.





"Woman-owned small business concern," as used in this provision, means a small business concern--








    1. Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least





51 percent of the stock of which is owned by one or more women; and








    1. Whose management and daily business operations are controlled by one or more women.








  1. Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source





Clauses found with attachment













of the end items to be furnished.





(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small or small disadvantaged business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall--






  1. Be punished by imposition of fine, imprisonment, or both;






  1. Be subject to administrative remedies, including suspension and debarment; and






  1. Be ineligible for participation in programs conducted under the authority of the Act. (End of provision)


























Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 4205 E HIGHWAY 66
  • EL RENO , OK 73036
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >