SOLICITATION NOTICE
89 -- BOTTLED WATER SERVICES
- Notice Date
- 7/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 312112
— Bottled Water Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-10-R-CB03
- Archive Date
- 8/27/2011
- Point of Contact
- Cheryl R Burkhardt, Phone: 202-767-6542, Cheryl R Burkhardt, Phone: 202-767-6542
- E-Mail Address
-
cheri.burkhardt@nrl.navy.mil, cheri.burkhardt@nrl.navy.mil
(cheri.burkhardt@nrl.navy.mil, cheri.burkhardt@nrl.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested but a written solicitation will not be issued. This solicitation, N00173-10-R- CB03, is issued as a Request for Proposal (RFP). This is 100% Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through FAC200544 and DFARS Change Notice 20100623. The associated small business size standard is 500 Employees. This is a follow on contract. The current contract Number is N00173-05-D-2006 with Sun Technical Services, Inc. Information pertaining to this contract can be requested through the Freedom of Information Act, FOIA Office at the Naval Research Laboratory. NRL requirement is for sodium free, non-carbonated purified or (spring) bottled water, dispensers, cups, and maintenance of equipment. The government contemplates a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. As requested by the government, via delivery orders under the IDIQ contract, the contractor shall provide prices for the following: Contract Line Item Number (CLIN) 0001 : The contractor shall provide bottled water service to locations specified in each delivery order in accordance with the statement of work. Quantity 1 Unit LO; CLIN 0001AA - Sodium Free, Non-carbonated, filtered bottled water, 5 gallon bottled-water containers; CLIN 0001AB Hot and Cold Water Dispenser (Cooler) Rental including installation and maintenance; CLIN 0001AC Paper Cup Dispensers; CLIN 0001AD Paper Coned Cups 4 ounce; CLIN 0002: The contract shall provide bottled water service on an emergency basis in accordance with pricing for CLIN 0001AA, Quantity 1 Unit LO. Ceiling amount for this CLIN 0002 is $5,000.00. The aggregate for all prices, including CLIN 0002 will constitute the Not-To-Exceed contract ceiling price. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/10CB03.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall start no later then one (1) week from date of award. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.203-7000, 252.205-7000, 252.225-7001, 252.225-7012, 252.226-7001, 252.232-7003, 252.243-7002 and 252.247-7024.The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii), 52.214-31, 52.216-18 (Fill in: from date of award through five years); 52.216-19 Order Limitations (Fill in: (a)$5,000.00; (b)(1) $100,000.00; (b)(2) $100,000.00; and (b)(3) 30 days; and (d) 15 days), and 52.216-22 (Fill in (d) 30 days after complete completion. The following provisions are applicable and in full test: Minimum and Maximum Quantities: As contemplated by the contract clause entitled, "Indefinite Quantity", the minimum quantity that will be ordered by the Government during the effective period of the contract is supplies and services with a total cost to the Government of at least $120,000.00 The maximum quantity the Government may order during the effective period of the contract is $900,000.00 for supplies and services with a total cost to the Government not exceeding the total not to exceed amount stated in Block 24, above. Delivery Order Procedures for Indefinite Quantity Contract. Facsimile proposals are authorized. Proposals may be transmitted by e-mail to cheri.burkhardt@nrl.navy.mil, Code 3230.CB in either Microsoft Word or pdf format. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 December 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/15onsite.htm Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, under General Information, at the NRL address above, under Contracting Office Address. Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-10-R-CB03/listing.html)
- Place of Performance
- Address: Naval Research Laboratory, United States
- Record
- SN02202698-W 20100714/100712234821-69d68f989145cb3d899cbfdcb6fa1267 (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 |