SECTION A – FN1574-24
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 includes 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-time requirement to purchase 2 Semi Trucks for Ashland, KY 41102 that will be licensed that are approximately 48’ Long x 102” Wide, Aluminum Deck over Steel Frame Flat Bed Trailers.
The following information pertains to the Standard Form 1449 Solicitation:
OMB 1103-0018 Expires 08/31/2024
The offer acceptance period is 60 calendar days.
Block 25, Funds (15X4500) will be obligated by each delivery order and not by the contract itself.
Block 31b, Brent Ponder, Contract Specialist
Notes:
These trucks are to replace a current leased trailers.
Request for Quotes will be emailed to:
UNICOR FCC Forrest City, Attn: Brent Ponder, at [email protected])
By 08/26/2024 at 12:00 p.m. EST.
UNICOR Forrest City, Attn: Brent Ponder, 14000 Dale Bumpers Rd. Forrest City, AR 72335, Phone: (870) 630-6000 Ext 1138. Hard Copies (If being sent via FedEx or UPS).
This solicitation is UNRESTRICTED and expected to be a single award Firm Fixed Price Contract. The NAICS code for this requirement is 423440 Other Commercial Equipment Merchant Wholesalers or 423830 Industrial Machinery and Equipment Merchant Wholesalers number of Employees 500.
Place of Delivery: UNICOR FCI Ashland Kentucky, 888 State Rt. 716, Ashland, KY 41102 F.O.B. Destination (Which shall include transportation charges).
Request for Quotes may be emailed to [email protected].
All offerors must complete the following information to be considered for award:
SAM.GOV Registration (Please provide Unique Entity Identification number)
ACH Form
Section B-Provide pricing for all line items
Section K-(ORCA) OnLine Representations and Certifications
Section L - Business Management Questionnaire
Delivery is (30) days after receipt of the first delivery order for all items. This requirement is "All or None". One Award will be made for all line items.
SECTION B - The government reserves the right to charge actual damages against orders for non conformance to the contract. Damages will be documented and provided to vendor prior to deductions being taken.
SECTION C- DESCRIPTION - SPECIFICATION WORK STATEMENT FOR
All trucks will be used for transporting goods on the institution grounds and from a off site warehouse. Trucks will need to Single Axle Medium Duty Day Cap. The trucks should provide the following items.
Specifications & Response Requirements for Equipment Bidding
Specifications are per Equipment
SECTION D - PACKAGING AND MARKING
D.1 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
.
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
SECTION E - INSPECTION AND ACCEPTANCE
E.1 52.246-2 Inspection of Supplies Fixed Price AUG 1996
E.2 52.246-16 Responsibility for Supplies. APR 1984
E.3 52.247-34 F.O.B. Destination. JAN 1991
SECTION F - DELIVERIES OR PERFORMANCE
F.1 FPI 1000F1 DELIVERY ORDER
Supplement: LCL APPR
Orders shall customarily be made by email, with subsequent written confirmation containing the following information: Written Order Acknowledgement of Purchase Order must be received in our office within 24 hours with expected ship date of product stated on acknowledgement. Acknowledgements must be emailed to emailed to [email protected].
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 is (30) days after receipt of the first delivery order for all items. The period of performance for this contract will be from the date of award through 3 months thereafter.
F.2 FPI 1000F2 TIME OF DELIVERY/DELIVERY SCHEDULE
Supplement: LCL APPR
16.505(a) and the clause located in FAR 52.216-18 entitled "Ordering" and included in Section I, of this contract, any supplies and/or services to be furnished under this contract shall be ordered by issuance of delivery orders by individuals listed below:
Primary:
Brent Ponder, Contract Specialist, UNICOR FCC Forrest City
Secondary:
Barbara McMasters, Contract Specialist, UNICOR FCC Yazoo City Mississippi
Delivery Hours are as follows:
UNICOR FCI Ashland, 888 State Rt. 716, Ashland KY, 41102:
Delivery hours are Monday through Friday,
8:00 a.m. to 1:30 p.m. Excluding Federal Holidays, call ahead at (606)929-4180-7324 to verify warehouse delivery date.
F.3 52.211-11 Liquidated Damages - Supplies, Services, or Research and Development. (SEP 2000)
(a) 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 of 2% per calendar day of delay.
(b) If the Government terminates this contract in whole or in part under the Default - Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.
(c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default - Fixed-Price Supply and Service clause in this contract.
F.4 52.211-16 Variation in Quantity. (APR 1984)
(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below.
(b) The permissible variation shall be limited to:
+/- 0%
This increase or decrease shall apply to each delivery order.
* Contracting Officer shall insert in the blank the designation(s) to which the percentages apply, such as
(1) The total contract quantity;
(2) Item 1 only;
(3) Each quantity specified in the delivery schedule; MINIMUM PER EACH DELIVERY ORDER LINE ITEM IS EQUIVALENT TO 1 , AND MAXIMUM LINE ITEM QUANTITY IS 10 EACH.
(4) The total item quantity for each destination; or
(5) The total quantity of each item without regard to destination.
SECTION G - CONTRACT ADMINISTRATION DATA
G.1 JAR 2852.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (NOV 2020)
Supplement: LCL APPR
Written communications shall make reference to the contract number and shall be mailed to the above address.
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:
(a) Payee Name (Contractor):__________________________________
(b) Check Remittance Address:
______________________________________________________
______________________________________________________
______________________________________________________
______________________________________________________
Any questions or problems regarding payment should be directed to the Business Manager at the following locations:
UNICOR FPI Central Acct. Payable
PO Box 11849
Lexington, KY 40578-1849