Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

89 -- FPC Duluth 2nd QTR FY12 Milk Requirement

Notice Date
11/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424430 — Dairy Product (except Dried or Canned) Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Sandstone, 2300 County Road 29, Box 999, Sandstone, Minnesota, 55072
 
ZIP Code
55072
 
Solicitation Number
RFQP04021200001
 
Archive Date
1/4/2012
 
Point of Contact
Aaron M. Posthumus, Phone: 3202456205, Jacob J. DeRungs, Phone: 3202456204
 
E-Mail Address
aposthumus@bop.gov, jderungs@bop.gov
(aposthumus@bop.gov, jderungs@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (https://www.fbo.gov/) only. The RFQ number is RFQP04021200001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The NAICS code is 424430 and the Small Business Standard is 100. This is a competitive action restricted to small businesses. Bureau of Prisons, Federal Prison Camp in Duluth, Minnesota, Contracting Office requests responses from qualified sources capable of providing: MILK, NONFAT/SKIM/FAT FREE, 5 GAL. CONTAINER. CID A-A-20338, GROUP 1, TYPE D (APPROX. 130 CT) DELIVERED WEEKLY EVERY THURSDAY DURING THE MONTHS OF JANUARY, FEBRUARY, AND MARCH OF 2012 (FY-2012). ALLOW FOR QUANTITY VARIANCE OF +/- 10% PER FAR 52.211-16 (b). THE INCREASE/DECREASE SHALL APPLY TO THE TOTAL CONTRACT QUANTITY. Delivery is weekly; Delivery Location is FPC Duluth, 4464 Ralston Drive, Duluth, MN, 55811. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items - Offerors are to include a completed copy of the provision at 52.212-3; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33 or 52.232-36. Additional applicable FAR clauses: 52.223-11, 52.233-1, 52.242-15, 52.242-17, 52.246-1, 52.252-2, 52.252-6, 52.253-1, 52.247-34. This announcement will close at 5:00PM EST on 20 DECEMBER 2011. Contact Aaron Posthumus who can be reached at 320-245-6205 or email aposthumus@bop.gov. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. One or more of the items under this acquisition is subject to Free Trade Agreements. METHOD OF PROPOSAL SUBMISSION: Proposals may be mailed to P.O. Box 999, Sandstone, MN 55072, Faxed to: 320-245-6683, or Emailed to: aposthumus@bop.gov. Quoter's must have DUNS number and be registered in Central Contractor Registration (https://www.bpn.gov/ccr/default.aspx). All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in CCR and/or if quoter accepts payment by Government Purchase Card. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Governments requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/41302/RFQP04021200001/listing.html)
 
Place of Performance
Address: Federal Prison Camp, 4464 Ralston Drive, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN02630152-W 20111201/111129234421-85c52fefa4ca3589ea3a247a538dd684 (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.