Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
SOLICITATION NOTICE

89 -- ICE, FRAGMENTED 10 TO 20 LB BAGS: POC BONCILE SMITH 601/313-1504

Notice Date
8/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
312113 — Ice Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q07T0043
 
Response Due
8/24/2007
 
Archive Date
10/23/2007
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q-07-T-0047 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular 2005-18. This is a 100 percent small business set-aside. This Request for Quotation is issued under NAICS Code 312113. The Small business size standard is 500 employees. The Small Business Competitiveness Demonstration Program does not apply . There are two line items: (The description applies to both line items.) Line item number one is for the Base Year and line item number two is for an Option Year. Description: Seventy-five (75) percent of the ice will be delivered to Bldg 187 and 25 p ercent will be delivered to 32 electric ice storage boxes and 4 Forward Operating Bases within a 30 mile radius. All at destination pricing. Fragmentary ice method will be used. Crushed ice shall not originate from block ice. Packaged ice products must be clearly labeled to show the name, manufacturer, location of the processing plant, and net weight. Listed below are estimated quantities and requirements time periods. U.S. Government makes no guarantee as to the minimum or maximum quantity that will be ordered and received. Total estimated quantity from 1 October 2007 through 30 September 2008 and 1 October 2008 through 30 September 2009 is 867,200 lbs. each year, as follows: BASE PERIOD: 1. Oct 2007 thru Dec 2007 - 0 lbs; 2. Jan 2008 thru Mar 2008 - 0 lbs; Apr 2008 thru Jun 2008 - 262,400 lbs; Jul 2008 thru Sep 2008 - 604,800 lbs. OPTION YEAR: 1. Oct 2008 thru Dec 2008 - 0 lbs; 2. Jan 2009 thru Mar 2009 - 0 lbs; 3. Apr 2009 thru Jun 2009 - 262,400 lbs; 4. Jul 2009 thru Sep 2009 - 604,800 lbs Ic e, Potable, Fragmented, 15 to 20 lb package in plastic bag, minimum of .003 mils thickness. The bags of ice shall be palletized on 40 x 48 truck pallets when delivered. The bags of ice shall be shrink-wrapped securely on the pallet. Camp Shelby Troop Issue Subsistence Activity (TISA) will exchange truck pallets each delivery, and will provide cardboard, which will be placed on the pallet prior to placing the ice on the pallet. All deliveries are F.O.B. Destination to Camp Shelby TISA, BLDG 187, 1st St reet, Camp Shelby, MS 39407-5500 or F.O. B. Destination to 32 electric ice Storage boxes and 4 F.O.B.s (Forward Operating Bases) in the field. Contractor will be required, as needed, to provide up to thirty-two (32) electric ice storage boxes, at no cos t to the U.S. Government. Contractor is responsible for any repairs required on the ice storage boxes. As fall and winter months occur, demand for ice deliveries should decrease. Time of Delivery: 24 hours after receipt of oral or written order. NOTE: Payment will be made with the Government Purchase Card (VISA) for orders $3,000.00 and less. Payment will be made in arrears for orders over $3,000.00. CW5 (MS) (Ret.) Harold R. (Robert) Hall, Subsistence Supply Technician, is authorized to place oral orders against this contract. An oral order will be followed up by a written order. CW5 (MS) (Ret.) Halls phone number is 601/558-2742 and the fax number is 601/558-2328. Suppliers must be sanitarily approved in the DOD Directory of Sanitarily Approved Food Establishments for Armed Forces Procurement, before a contract is awarded. Sanitation inspections performed by local, county, state or federal health departments will not be accepted. Minimum order is 1,320 bags; Maximum order is 2,420 bags. The f ollowing clauses apply: FAR 52.212-1, Instructions to Offerors  Commercial; FAR 52.212-2 Evaluation - Commercial Items does not apply. Evaluation will be base d on price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. All offerors must include a completed copy of the representations and certifications with its offer. FAR 52.212-4 Contract Terms and Conditions - Commercial Items; F AR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Within this clause the following clauses apply: FAR 52.222.19 Child LaborCooperation with Authorities and Remedies; FAR 52.222-21 Prohibitio n of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; FAR 52-222-36, Affirmative Action for Workers with Disabilities; FAR 52-222 -37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contract Registration; and FAR 52.232-36, Payment by Third Party. FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; far 52.216-21 Requirements; FAR 52.217-9 Option to Extend the term of the contract; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.232-18 Availabil ity of Funds; FAR 52.232-19 Availability of Funds For the Next Fiscal Year; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within this clause the following apply: DFARS 252.225-7001, Buy American Act and Balance of Payments Pro gram; DFARS 252.247-7023 Transportation o Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Balance of Payments Program Certificate ; and DFARS 252.225-7002 Qualifying Country Sources as Subcontracto rs. Offers are due no later than 4:00 P.M. CST, August 24, 2007. Address offers to: USPFO-MS, ATTN: NGMS-PFO-PC (Mrs. Smith), 144 Military Drive, Flowood, MS 39232-8861. Contact Mrs. Smith at 601/313-1504 or E-mail: boncile.smith@us.army.mil. For copies of any of the regulations sited in this synopsis/ solicitation you may download these clauses using the following website address: http://farsite.hill.af.mil/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Flowood MS
Zip Code: 39232-8861
Country: US
 
Record
SN01367647-W 20070811/070809221938 (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.