Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2005 FBO #1217
SOLICITATION NOTICE

73 -- Hoshizaki Ice Machines

Notice Date
3/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Herlong, Herlong Access Road A-25 P.o. Box 900, Herlong, CA, 96113
 
ZIP Code
96113
 
Solicitation Number
RFQ-61903-0003-05
 
Response Due
4/8/2005
 
Point of Contact
Christina Wade, Supervisory Contract Specialist, Phone (530) 827-8000 X4148, Fax (530) 827-8036,
 
E-Mail Address
cbwade@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. RFQ-61903-0003-5 is issued as a Request for Quotation. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-02. This acquisition is a total small business set-aside. The NAICS code for this requirement is 423740; the small business size standard is 100 employees. GENERAL REQUIREMENTS: The Federal Bureau of Prisons’ Federal Correctional Institution located at 741-925 Herlong Access Road A-25, Herlong, California, 96113, is requesting quotes for the following items. Items listed are manufactured by Hoshizaki and Nu-Calgon. All items quoted must be brand name or equal. Equal products must be suited to placement in a correctional environment. SCHEDULE OF ITEMS: Item No. 0001. Hoshizaki KM-500AH - Modular Crescent Cuber/Ice Maker, 120V, Air Cooled, 517 LB per 24 hours. Quantity - 15 Each. Item No. 0002. Hoshizaki DB-200H - Ice Dispenser Bin, 120V, 200 LB Capacity. Quantity - 15 Each. Item No. 0003. Nu-Calgon 4611-11 - Krystal Guard Water Filter, Single, 1/2 Micron. Quantity - 15 Each. Item No. 0004. Nu-Calgon 4611-01 - Krystal Guard Replacement Filter. Quantity - 24 Each. All prices must be quoted FOB Destination. Delivery is required within 30 days of award. EVALUATION FACTORS: The Government intends to make a single award to the lowest-priced technically acceptable offer. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2005); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor–Cooperation with Authorities and Remedies (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); 52.212-1, Instructions to Offerors--Commercial Items (JAN 2004); 52.212-3, Offeror Representations and Certifications--Commercial Items (Mar 2005). JUSTICE ACQUISITION REGULATION (JAR) Clause 2852.211-70 Brand-name or Equal (Jan 1985). (a) The terms bid and bidders, as used in this clause, include the terms proposal and offerors. The terms invitation for bids and invitation, as used in this clause include the terms request for proposal and request. (b) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the invitation. (c) Unless the bidder clearly indicates in his/her bid that he/she is offering an equal product, his/her bid shall be considered as offering the brand name product referenced in the invitation for bids. (d) (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determinations to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. To ensure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the invitation for bids, and (ii) establish exactly what the bidder proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the invitation for bids, he/she shall: (i) include in his/her bid a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the bid opening to make a product conform to a brand name product referenced in the invitation for bids will not be considered. (End of Clause) SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The Request for Quote Number (RFQ-61903-0003-05); 2. Schedule of Items with Pricing including brand name and part number; 3. If offering equal products, a complete description and specification of the product in accordance with 52.211-6, Brand Name or Equal (Aug 1999); 4. Contractor DUNS Number and Taxpayer Identification Number; and 5. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004). Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered at www.ccr.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. Offers are due no later than April 8, 2005, 3:00 p.m. local time. Offers received after this date and time will not be considered for award. The postal mailing address is: Federal Correctional Institution, Attn: Christina Wade, Supervisory Contract Specialist, PO Box 900, Herlong, CA 96113-0900. Hand delivery or express mail to 741-925 Herlong Access Road A-25, Herlong, CA 96113. Offers may also be faxed to (530) 827-8036 or e-mailed to cbwade@bop.gov. The anticipated date of award is April 12, 2005. This solicitation is distributed solely through the General Services Administration’s Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside (Numbered Note 1). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/61903/RFQ-61903-0003-05/listing.html)
 
Place of Performance
Address: Federal Correctional Institution, 741-925 Herlong Access Road A-25, Herlong, California
Zip Code: 96113
Country: USA
 
Record
SN00776493-F 20050327/050325213410 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.