SOLICITATION NOTICE
99 -- Provide Potted Plants and Service to San Diego NB Commissary - Attachments
- Notice Date
- 6/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453110
— Florists
- Contracting Office
- Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (PSMC) (HDEC02), Building P11200, 1300 E Avenue, Fort Lee, Virginia, 23801-1800
- ZIP Code
- 23801-1800
- Solicitation Number
- HDEC02-10-T-0002
- Archive Date
- 8/15/2010
- Point of Contact
- Roger Bessette, Phone: 804-734-8000, Phyllis A McGowan, Phone: (804) 734-8000 48900
- E-Mail Address
-
roger.bessette@deca.mil, phyllis.mcgowan@deca.mil
(roger.bessette@deca.mil, phyllis.mcgowan@deca.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment III Attachment II Attachment I Combined Synopsis/Solicitation Notice - Potted Plants and Service Solicitation No.: HDEC02-10-T-0002 Response Date: 06/15/2010 POC: Roger Bessette Fax: 804-734-8009 Ext: 76198, Phone: 804-734-8000 Ext 86198 Places of Performance: San Diego NB, CA 04401-8035 Small Business Set-Aside Classification Code: 99 FSC Code: 9998 NAICS Code: 453110 Size Standard: 500 Employees Description: Provide Potted Plants and Service to San Diego NB Commissary A) This is a combined synopsis and solicitation for commercial items (supplies) 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. B) The solicitation number for this procurement is HDEC02-10-T-0002 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-41, DFARS Change Notice 20100507, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes, the North American Industry Classification systems (NAICS) code is 453110 - Florists. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. E) This Contract is for the acquisition of a variety of potted plants and foliages to be furnished year round to include seasonal and holiday items for resale to the Agency commissary at San Diego NB. Address, telephone number, and POC for the store are available at www.commissaries.com. The Defense Commissary Agency (DeCA) at Fort Lee, Virginia, intends to negotiate a firm fixed price contract for the acquisition of material on the Core Items List, Attachment I. F) Offerors or quoters are urged and expected to inspect the site where the services are performed and to satisfy themselves regarding the general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for claim after contract award. Offerors that would like the opportunity for a site visit must contact the store to make arrangements. The POC at the San Diego Commissary is: William Vick, Store Director, phone: 619-556-8657 X3001. Offerors are free to ask questions during the site visit, but are advised that such information exchange is informal, may not conform to the terms and conditions of this solicitation, and does not bind the Government in any way. G) Addend um TO FAR 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS All contract terms and conditions are specified in Attachment II and should be read carefully. H) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addend um TO FAR 52.212-1: INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS To be considered for award, your response to this solicitation must include the following: 1. Combined Synopsis Solicitation for Commercial items signed by an authorized representative on behalf of the quoter, with prices and any discount terms. 2. On the Contractor Information Sheet, Attachment III, provide all information required by the fill-in-blanks. This information should match the information provided in your Central Contractor Registration (CCR) and Electronic Funds Transfer (EFT) databases. These registrations are required before an award can be made. Registration may be made and accomplished electronically at web site www.ccr.gov. 3. Complete Offeror's Pricing for the 41 varieties of potted plants on the Core Items List, Attachment I. Insert the unit price for each of the items in the Core Items List. To be considered for award, the Offeror MUST provide pricing on all core items. NOTE: Pot sizes may be changed by the offeror. Such changes shall be annotated on the Core Items List with applicable price shown in Unit Price column. Prices shall remain firm for the period covered by the resulting BPA, unless modified by mutual agreement of the parties. 4. FAR 52.212-3, Offeror Representations and Certification- Commercial Items, should be read carefully. You are required to complete all information with the exception of paragraphs f. and g., which are not applicable to resale. 5. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, should be read carefully. You are required to complete Representation Paragraph (c). 6. FAR 52.232-4500, Delivery Ticket Invoice Procedures Clause, should be read carefully and completely filled in. This information must match the information submitted on your CCR and EFT registrations to ensure timely payment information to your designated EFT account. 7. Past Performance: Offeror shall provide a list of 3 companies for which it has provided similar products and services as those required by this solicitation, within the last 2 years, (include addresses, telephone numbers, points of contact and e-mail addresses, if available.) These companies may be contacted to verify your (1) company's adherence to contract schedule, (2) history of reasonable and cooperative behavior, and (3) business-like concern for the customer. Offeror must submit list of references no later than 4:00 P.M. on June 7, 2010. Additionally, offerors currently performing for the Defense Commissary Agency are not required to provide past performance references outside of the Agency; however, such offerors may submit additional information, if desired, which will be included in the past performance evaluation. 8. A brief narrative, not to exceed three typewritten pages, addressing the following technical capability factors: •a. Customer Satisfaction - The Offeror shall identify a methodology employed for promoting and measuring customer satisfaction, adjusting/refining levels of service and product mix to achieve the satisfaction objectives, and promoting awareness of the benefits of the managed service. •b. Increase Sales - The Offeror shall describe its principles, practices, and procedures for increasing sales, to include marketing and merchandising strategies. The Offeror shall highlight any major factors influencing its ability to increase sales, and the extent of Government participation required to be successful. •c. Continue Customers Savings - The Offeror shall describe how successful methods to identify and control product cost factors, implementing industry best practices and all other aspects of its long-term approach to providing continued customer savings. 9. Offeror shall mail a completed solicitation package to: DEFENSE COMMISSARY AGENCY, RESALE CONTRACTING DIVISION / PSCS, ATTN: ROGER BESSETTE, 1300 E. AVENUE, FORT LEE, VA 23801-1800 to arrive NO LATER THAN 4:00 P.M., June 15, 2010. I) EVALUATION/AWARD (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: • I. Technical Capability • II. Past Performance • III. Price - evaluated by considering the total price for the combined items on Core Items List, Attachment I. (b) Regarding the evaluation criteria, Past Performance and Technical Capability are considered equal. As non-priced factors reach equality, price becomes a significant factor. Award will be made to the Best Value. J) Award will be conducted and evaluated under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The responsible offerors must be registered in the Online Representations and Certifications (ORCA) database (available at: http://orca.bpn.gov/) system per FAR 52.212-3, and submit a completed copy of the Offeror Representations and Certifications - Commercial Items with their quote. Offerors must also be registered in the Central Contractor Registration (CCR) prior to receiving an award per FAR 52.212-1. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Lack of registration in CCR will qualify contractor as ineligible for award. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at www.farsite.hill.af.mil. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. K) The following clauses are hereby incorporated by reference: FAR 52.203-3 Gratuities; FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor; FAR 52.212-1 Instructions to Offerors - Commercial items; 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor (E.O. 1755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-10 Waste Reduction Program; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.228-5 Insurance Work on a Government Installation; FAR 52.232-17 Interest; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-13 Bankruptcy; DFARS 252.203-7000 Requirements relating to Compensation of Former DOD Officials; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.204-7008 Export-Controlled Item; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea. The following provisions and clauses are incorporated in this solicitation and must be read in full text. The full text of any provision or clause may be accessed electronically at this address: www.farsite.hill.af.mil FAR 52.204-4500 Installation Access Requirements; FAR 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items with Alternate I; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.228-4500 Liability to Third Persons; FAR 52.228-4501 Vehicle Operation, Registration, and Insurance; FAR 52.228-4502 Other Insurance Requirements; FAR 52.246-4509 Inspection Requirements; FAR 52.232.4500 Delivery Ticket Invoice Procedures; FAR 52.233-2 Service of Protest; FAR 52.233-4500 Independent Review of Agency Protest; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. L) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph O). M) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. N) There are no numbered notes applicable to this solicitation. O) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, RESALE CONTRACTING DIVISION / PSCS, ATTN: ROGER BESSETTE, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 4:00 PM local time ON JUNE 15, 2010. P) The point of contact for this solicitation is Roger Bessette 804-734-8000, Ext 86198.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-DOMS2/HDEC02-10-T-0002/listing.html)
- Place of Performance
- Address: San Diego NB, San Diego, California, 04401-8035, United States
- Zip Code: 04401-8035
- Zip Code: 04401-8035
- Record
- SN02167995-W 20100605/100603235628-43eb1e0a7860a498775ff433146ad380 (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 |