Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOLICITATION NOTICE

W -- Meat Signage, and Meat Supplies for Moody AFB, GA; Produce Signage Hunter AFB, GA and Oceana, VA - Quote Sheet - Quote Sheet - Quote Sheet - Quote Sheet

Notice Date
6/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-11-T-0107
 
Archive Date
8/29/2011
 
Point of Contact
Marge E Morris, Phone: 804-734-8766, Michele Templeman, Phone: (804) 734-8000, extension 48138
 
E-Mail Address
marge.morris@deca.mil, michele.templeman@deca.mil
(marge.morris@deca.mil, michele.templeman@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CLIN0001 Oceana Produce Quote Sheet CLIN0002 Hunter Produce Quote Sheet CLIN0004 Moody Meat Supplies Quote Sheet CLIN0003 Moody Meat Signage Quote Sheet Combined Synopsis/Solicitation Notice - Purchase of Produce Signage, Meat Signage, and Meat Supplies Solicitation No. : HDEC05-11-T- 0107 Response Date : June 29, 2011 POC: Marge Morris Fax: 804-734-8669 Phone: 804-734-8000 Ext. 48766 Secondary POC: Michele Templeman Fax: 804-734-8669 Phone: 804-734-8000 Ext. 48138 Place of Performance: Moody AFB, GA; Hunter AFB, GA; and Oceana, VA Responsible Store: Moody AFB, Hunter AFB, and Oceana 100% Small Business Set-Aside Classification Code: W FSC Code: 9905 NAICS Code: 339950 SIC Code: 3993 Size Standard: 500 Employees Description: Meat Signage, and Meat Supplies for Moody AFB, GA; Produce Signage Hunter AFB, GA and Oceana, VA A) This is a combined synopsis and solicitation for commercial items (services) 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 HDEC05-11-T- 0107 and is issued as a Request for Quotation (RFQ). Up to two awards are possible : 1) Produce Signage & Meat Signage 2) Meat Supplies. C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC ) 2005-52, DFARS Change Notice 20110419, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 3993. The North American Industry Classification systems (NAICS) code is 339950. The Size standard is 500 people. This solicitation is 100% Small Business Set-Aside. E) Offerors: Provide your quotes on both the attached spreadsheet and in the blanks listed below. ALL QUOTES MUST BE FOB DESTINATION OR THEY WILL NOT BE CONSIDERED. Location Oceana NAS, 1300 Oceana Blvd, Virginia Beach, Virginia 23454 0001 Produce Signage Oceana NAS, Required Delivery Date August 30, 2011 See attached CLIN 0001 Oceana Signage Quote Sheet Produce Signage Total: $______________ Location Hunter AAF, 89 Haley street, Savannah, Georgia 31409 0002 Produce Signage Hunter AAF, Required Delivery Date August 30, 2011 See attached CLIN 0002 Hunter AAF Signage Quote Sheet Produce Signage Total: $_____________ Location Moody Commissary 4333 George Street, Moody, AFB 31699 0003 Meat Signage Moody AFB, Required Delivery Date August 1, 2011 See attached CLIN0003 Moody Signage Quote Sheet Meat Signage Total: $_____________ Location Moody Commissary 4333 George Street, Moody, AFB 31699 0004 Meat Supplies Moody AFB, Required Delivery Date August 1, 2011 See attached CLIN0004 Moody Meat Supplies Quote Sheet Meat Supplies Total $_________ Note: Tracking information for all shipments must be provided within one business day of shipment. F) DESCRIPTION OF REQUIREMENTS: Contractor shall provide any of the two item groups listed above for the Oceana NAS, Hunter AAF, and the Moody AFB Commissaries, which are further identified on the attached spreadsheets. •G) Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotes shall contain the following information: RFQ Number (see Paragraph B) Time specified for receipt of quotes (see Paragraph R) Name, address, telephone and fax number of quoter Quoters e-mail address Unit Price and total price (in the format specified in paragraph E) Discount Terms Quotation shall include a SIGNED STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF OFFERS : The quotation shall state the agreement to hold the prices contained therein firm for 90 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE OFFERS : Request for Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt MAY NOT be considered. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. 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 http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. H) 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) •(i) Price analysis will be conducted by the Contracting Officer to determine price reasonableness by: comparing the total of each line item submitted by the quoters to determine the lowest FOB Destination price for each line item. DeCA will then group all of the low priced items for each department into an award for that department. Quoters may receive multiple awards under this quote for individual line items. •(ii) Multiple awards. In addition to other factors, quotes will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). Line items 0001, 0002, and 0003 will be evaluated for one award and line item 0004 will be evaluated for a separate award. It is assumed, for the purpose of evaluating quotes that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this quote, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. Award will be made to the lowest-priced and acceptable offers. To qualify as an acceptable offer, the offeror must agree to all terms in this combined synopsis solicitation and be found responsible in accordance with FAR Part 9. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) RESERVED J) Offerors shall provide a complete copy of the provision 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (Aug 2009)(as applicable) with their quote, which may be completed electronically at http://orca.bpn.gov. Offerors 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 http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html •K) FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition with the following addendum: Addendum to FAR 52.212-4: Note: All items and services provided must comply with all applicable laws and regulations If your company will accept credit card payments (proposed prices must be all inclusive), please provide the following: Contractor Point of Contact for credit card payments: ___________________________________ Phone Number: ____________________________ Fax Number: _____________________________ Dun and Bradstreet Number: _________________ Contractor shall submit invoices to the address in Block 18a of the Standard Form (SF) 1449, contract award document. In order to be considered a valid invoice, the following information must be on each invoice: Name and Address of Company Contract/Purchase Order Number Contract Line Item Number (CLIN) for Commissary location Invoice number Date Total Charge CENTRAL CONTRACTOR REGISTRATION (CCR) : Contractor's Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a "Vendor" at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095). L) The contractor shall perform to the standards and specifications in this contract. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Set-Aside; 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 52.222-3 Convict Labor; 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 52.223-5 Pollution Prevention and Right-to-Know; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.233-3; Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.223-18; Encourage Contractor Policies to Ban Text Messaging While Driving; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses are incorporated by reference: 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 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). FAR 52.215-5 FACSIMILE PROPOSALS - Facsimile offers WILL BE accepted at fax #: 804-734-8669 (Attention: Marge Morris and Michele Templeman). However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes in accordance with FAR Clause 52.212-1(f) "Late Submissions." ADDITIONAL PROVISIONS REFERENCED IN THIS PARAGRAPH MUST BE READ IN FULL TEXT AT http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items with Alternate 1; FAR 52.219-28 Post Award Small Business Program Representation 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the states of Pennsylvania and Louisiana. (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. •52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html 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 clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html O) Not applicable. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Offers by fax and email will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDR, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 1:00 PM local time on June 29, 2011. The points of contact for this solicitation are Marge Morris, (804) 734-8000 x 48766 and Michele Templeman, (804) 734-8000 x 48138. The Contracting Officer is Michael G. Shaffer, 804-734-8000 x48681.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-11-T-0107/listing.html)
 
Place of Performance
Address: Defense Commissary Agency, Multiple Locations, United States
 
Record
SN02482397-W 20110626/110624235154-c41b96d850e208574613c95d00993ad5 (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.