Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2006 FBO #1720
SOLICITATION NOTICE

89 -- Bag in Box Beverage Supply - Alderson, West Virginia

Notice Date
8/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
311930 — Flavoring Syrup and Concentrate Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ10101-0002-7
 
Response Due
9/8/2006
 
Archive Date
12/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. BAG IN BOX JUICE BEVERAGE SUPPLY/SERVICE General Information- The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to award a firm-fixed price indefinite-delivery, requirements type contract to a responsible small business entity for the provision of bag in box (BIB) juice beverages, equipment, and service for the Federal Prison Camp (FPC) located in Alderson, West Virginia. FPC Alderson is a minimum security facility housing approximately 1200 federal female inmates. Additional information regarding the Federal Bureau of Prisons and FPC Alderson is located at www.bop.gov Place of Performance- Supplies and equipment will be delivered to FPC Alderson, Glen Ray Road, Alderson, West Virginia 24910. Schedule- The government will place order for products as needed. Product shall be delivered Monday thru Friday with the exception of Federal Holidays and no later than ten (10) working days after receipt of an order. In general, the food service staff will determine supply needs for the upcoming week or quarter and call in that requirement to the contractor. Supplies- The contractor shall supply non-carbonated (5:1 ratio) beverages in 5 gallon BIB containers. The flavor selection must include fruit punch, lemonade, sweet tea, unsweet tea, grape, and orange (naturally sweetened, Vitamin C enriched, not to contain saccharin). The contractor shall also provide one non-carbonated (4:1 ratio) 35% pasteurized juice base beverage in 5 gallon BIB containers. All products must be Kosher approved and the contractor must provide written documentation for verification. Equipment- All equipment necessary to complete the job will be furnished and installed by the contractor. The contractor shall supply five (5) counter-top style dispensers which shall each dispense six different flavors. Three (3) of the dispensers must also include water spigots. The dispensers shall be the push button type. The dispensers must accept all cup sizes and handle dispensing of both juice base and beverage base product ratios as previously described. Due to availability of space dispensers should be within the following measurement ranges: 19-25" wide, 20-24" deep, 29-30" high. Each dispenser shall be equipped with one (1) full set of flavor labels for all dispensing nozzles indicating juice/beverage selection. Replacement labels shall be provided upon request. Upon initial delivery, a supply of ten (10) additional labels per flavor should be provided to the Food Service Administrator or COTR to be used in case labels are lost or damaged. The contractor shall supply three (3) small 120 volt 2 ? gallon air compressors to deliver beverages from BIB dispensers to five separate fountain locations, as well as, three (3) racks adequate for storage of twelve (12) BIB containers each. Contractor-furnished racks for the BIB product, air compressors and pumps shall be located in the basement area of the Food Service department and shall be maintained by the contractor. Syrup supply lines shall be provided by the contractor and will run from the basement area to the first floor dispensers. Soda Stations and Locations: Dispensers shall be located in the following areas, each on beverage counters supplied by the Government: Staff Dining - 1 (one) dispenser Main Dining - 2 (two) dispensers Main Dining (in new addition area) - 2 (two) dispensers Refrigeration Capacity: Six (6) - 6 oz. product servings per minute at 40 degrees, machine should dispense four hundred (400) - 6 oz. servings up to temperature before recovery time is needed. All machines should be equipped with back flow preventers. All units should be the same make, model and have the same type appearance. The dispensing equipment should have a key lock to dispense mechanism. The contractor shall provide ten (10) keys to the institution for use with the equipment. The equipment should be completely secured with no free access to the internal parts. Contractor shall provide straps, locks, or bars, if needed, to secure unit from being tampered with by other than authorized staff. All keys needed to operate or secure dispensers shall be universal to all dispensers. Repair Service- Repair services on the equipment supplied by the contractor are the sole responsibility of the contractor throughout the life of the contract at no additional cost to the Government. The Government shall notify the contractor of any equipment breakdown or failure to dispense. Requests for repairs will be made by the Food Service Administrator and/or his designee. The contractor shall repair their dispensers and lines within 24 hours of notification by the Government. In the event repair cannot be completed within 24 hours, a loaner machine should be delivered and installed within 24 hours of the service call, as to ensure no interruption of service. Service visits will normally be scheduled during regular business hours (7:30 a.m. to 3:00 p.m., except 11:00 a.m. to 12:00 p.m.) Monday through Friday. Institution Security- The contractor agrees to adhere to all regulations prescribed by the institutions in regards to the safety, custody, and conduct of inmates. CONTRACT PRICING - Contract pricing shall be based on a per gallon price, with the product provided in five (5) gallon BIB containers. Contract pricing shall include all charges to the Government for provision of bag in box (BIB) juice beverages, equipment, and service required by this solicitation (e.g., overhead, profit, taxes, maintenance, transportation, etc.) The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a price standpoint. Quoters are hereby notified that an offer of contract award shall be extended to the responsive/responsible quoter submitting the lowest priced, technically acceptable quote. PRICING METHODOLOGY - The quantity of supply to be provided by the contractor is estimated below and is not a representation to a quoter or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Pursuant to FAR 17.203(b), the Governments evaluation of quotes shall be inclusive of options. Pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). 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 FAR clause may be accessed electronically at this address: www.acquisition.gov . Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (SEP 2005) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury; Automobile Liability : $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage. 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.211-16 Variation in Quantity (APR 1984) - (b) 10 percent increase, 10 percent decrease, the total quantity specified in each delivery order. 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than five BIB product; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised Contracting Officers Technical Representative (JAR 2852.201-70) (a) John Bowling, Food Service Administrator at FPC Alderson Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70) Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004) Notice of Personnel Security Requirements (OCT 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (AUG 2006)- (b) 1, 5, 7, 9, 14, 15, 16, 17, 18, 19, 20, 23, 26, 31. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award resulting from this solicitation will be made approximately September 15, 2006. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. The contractor shall commence full performance of services under this contract within 14 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FPC Alderson, located in Alderson, West Virginia. Ordering Official: Delivery orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FPC Alderson is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed: National Crime Information Center (NCIC) check By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more 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. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors ? Commercial Items (JAN 2006) tailored to delete paragraphs at c, d, h, and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications ? Commercial Items (JUNE 2006) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. Site Visit- A site visit will be scheduled upon request during the week of August 28, 2006. Anyone interested in participating in the site visit should submit an email to lwehling@bop.gov no later than 4:00pm on Thursday, August 24, 2006. Please include your name, company name, the names of any other individuals who will be attending with you, and a daytime phone number. Numbered Note 1 applies to this solicitation. The North American Industrial Classification (NAICS) code is 311930 and the applicable small business size standard is 500 employees. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number (2) Quoted pricing per gallon for the following Contract Line Item Numbers (CLIN): CLIN 001- 7480 gallons of non-carbonated (5:1 ratio) beverages in 5 gallon BIB containers. The flavor selection must include fruit punch, lemonade, sweet tea, unsweet tea, grape, and orange (naturally sweetened, Vitamin C enriched, not to contain saccharin) per contract year. CLIN 002- 2200 gallons of non-carbonated (4:1 ratio) 35% pasteurized juice base beverage in 5 gallon BIB containers per contract year. Example format for your quote: CLIN 001 x $_______ per gallon = $ _______ per year. A price quote for each CLIN must be provided for the Base Year, Option 1, Option 2, Option 3, and Option 4. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAR 2005) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov (4) A list of all flavors that will be available to the government under a resultant contract. (5) Proof of contractors ability to meet insurance requirements. (6) A copy of your West Virginia Business Registration Certificate. (7) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. Sealed Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Friday, September 8, 2006. Questions regarding this requirement may be directed in writing to Lori Wehling, Contract Specialist at the email address listed below.
 
Place of Performance
Address: Federal Prison Camp, Glen Ray Road, Alderson, WV
Zip Code: 24910
Country: UNITED STATES
 
Record
SN01111335-W 20060812/060810220501 (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 |
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.