Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

73 -- Bagged Lunches

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
801 I st NW, Washington, DC 20536
 
ZIP Code
20536
 
Solicitation Number
192110FBO00000227
 
Response Due
6/9/2010
 
Archive Date
12/6/2010
 
Point of Contact
Name: Grace Garrity, Title: Contract Specialist, Phone: 2027322670, Fax: 2027327369
 
E-Mail Address
grace.garrity1@dhs.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 FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 192110FBO00000227 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 311991 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-06-09 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Hartford, CT 06103 The DHS Immigration and Customs Enforcement requires the following items, Meet or Exceed, to the following: LI 001, Requested Specification: Immigration and Customs Enforcement (ICE) has a need to provide detainees a bagged lunch at the processing center located at 450 Main St. Room 511, Hartford, CT 06103. The bagged lunches are required to be delivered by 12 P.M. Eastern Time, Monday through Friday excluding federal holidays for the period of 7/1/2010 to 6/30/2011. The ICE-DRO Field Office would call in an order every day by 10 A.M. for a minimum of 5 lunches and a maximum of 15 lunches each day. Each bagged lunch must include a sandwich (NO PORK PRODUCTS), chips and bottled water (minimum 12 ounces). Must also include vegetarian option at no additional cost. Offerors shall provide a firm-fixed price for each bagged lunch. The firm-fixed price shall include cost of delivery. 251 days X 5 lunches/day = 1,255 lunches (minimum quantity). 251 days X 15 lunches/day = 3,765 lunches (maximum quantity). Invoices shall be submitted weekly., 3765, EA; LI 002, OPTION YEAR ONENote: The inclusion of options in the purchase order does not obligate the government to exercise the option(s).Requested Specification: Immigration and Customs Enforcement (ICE) has a need to provide detainees a bagged lunch at the processing center located at 450 Main St. Room 511, Hartford, CT 06103. The bagged lunches are required to be delivered by 12 P.M. Eastern Time, Monday through Friday excluding federal holidays for the period of 7/1/2011 to 6/30/2012. The ICE-DRO Field Office would call in an order every day by 10 A.M. for a minimum of 5 lunches and a maximum of 15 lunches each day. Each bagged lunch must include a sandwich (NO PORK PRODUCTS), chips and bottled water (minimum 12 ounces). Must also include vegetarian option at no additional cost. Offerors shall provide a firm-fixed price for each bagged lunch. The firm-fixed price shall include cost of delivery. 251 days X 5 lunches/day = 1,255 lunches (minimum quantity). 251 days X 15 lunches/day = 3,765 lunches. Invoices shall be submitted weekly., 3765, EA; LI 003, OPTION YEAR TWONote: The inclusion of options in the purchase order does not obligate the government to exercise the option(s).Requested Specification: Immigration and Customs Enforcement (ICE) has a need to provide detainees a bagged lunch at the processing center located at 450 Main St. Room 511, Hartford, CT 06103. The bagged lunches are required to be delivered by 12 P.M. Eastern Time, Monday through Friday excluding federal holidays for the period of 7/1/2012 to 6/30/2013. The ICE-DRO Field Office would call in an order every day by 10 A.M. for a minimum of 5 lunches and a maximum of 15 lunches each day. Each bagged lunch must include a sandwich (NO PORK PRODUCTS), chips and bottled water (minimum 12 ounces). Must also include vegetarian option at no additional cost. Offerors shall provide a firm-fixed price for each bagged lunch. The firm-fixed price shall include cost of delivery. 251 days X 5 lunches/day = 1,255 lunches (minimum quantity). 251 days X 15 lunches/day = 3,765 lunches. Invoices shall be submitted weekly., 3765, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Immigration and Customs Enforcement intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Immigration and Customs Enforcement is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Customer will call in with the daily quantity of bagged lunches to vendor by 10 A.M. each day. Vendor is responsible for delivering the requested bagged lunches to Field Office location by 12 P.M. on the same day. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34; and FAR 52.217-5 Evaluation of Options. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS BEFORE THE CLOSE. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. All questions, in regards to this buy, MUST be emailed to clientservices@fedbid.com (and NOT to any other address) by using the Submit a Question button. All questions must be received by Monday, June 7, 5:00pm EST. This buy will then be reposted with Q&A based on the questions that are received (if applicable). Any other general questions should be referred to FedBid to their toll free number at FedBid 1-877-9FEDBID. The Government has the right to either reject or to require correction of nonconforming supplies. Supplies are nonconforming when they are defective in materials or workmanship or are otherwise not in conformity with contract requirements. The Government may reject nonconforming supplies with or without disposition instructions. All the items must be inspected and approved by the Government Contracting Representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192110FBO00000227/listing.html)
 
Place of Performance
Address: Hartford, CT 06103
Zip Code: 06103
 
Record
SN02162629-W 20100529/100527235520-addd679d96e19d2205c49b1417e81035 (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.