Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOLICITATION NOTICE

87 -- DAIRY CONCENTRATE

Notice Date
12/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311119 — Other Animal Food Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Lompoc, Federal Correctional Complex, 3600 Guard Road, Lompoc, California, 93436-2705
 
ZIP Code
93436-2705
 
Solicitation Number
RFQP0617-12-00005
 
Archive Date
6/9/2012
 
Point of Contact
Robert J Barnes, Phone: 805-736-4154, Catherine A. O'Brien, Phone: (805) 736-4154
 
E-Mail Address
rjbarnes@bop.gov, cobrien@bop.gov
(rjbarnes@bop.gov, cobrien@bop.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 subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21. The Federal Bureau of Prisons, Federal Correctional Complex, Lompoc, California intends to award a firm-fixed price contract to a responsible business entity for the provision of Dairy Concentrate Solicitation: RFQP0617-12-00005 General Requirements / Specifications 200,000 pounds with an incremental delivery covering January, February, and March 2012 In order to ensure that the feed is of the highest quality, the following requirements must be met in order for a bid to be considered: • Crude Protein, not less than 18% • NDF Neutral Detergent Fiber not more than 23% • ADF Acid Detergent Fiber not more than 11% • Crude Fat, not less than 5% • Crude Fat, not more than 9% • Crude Fiber, not more than 9% • TDN, not less than 77% • Net Energy lactation, not less than 0.84 Mcal/lb • Ash, not more than 8% • Calcium, not less than 0.6% • Calcium, not more than 0.8% • Phosphorus, not less than 0.6% • Sodium, not less than 0.4% • Sodium, not more than 0.6% • Salt, not less than 0.25% • Salt, not more than 0.5% • Magnesium, not less than 0.3% • Added Selenium, not less than 0.35 mg/kg • Added Copper, not less than 14 mg/kg • Added Manganese, not less than 60 mg/kg • Added Zinc, not less than 80 mg/kg • Added Cobalt, not less than 0.6 mg/kg • Added Iodine, not less than 1.2 mg/kg • Added Vitamin A, not less than 5000 IU/lb • Added Vitamin D, not less than 2000 IU/lb • Added Vitamin E, not less than 10IU/lb REQUIRED INGREDIENTS: Mix must contain a minimum of 30% per ton of Steam-Rolled Yellow Corn (#2 Dent) and/or Steam-Rolled Barley (#2 Western). Mix must contain a minimum of 1% per ton of Sodium Bicarbonate and/or Sodium Sesquicarbonate. REMAINING INGREDIENTS: The remaining percentage of the mix shall be pelletized and consist of ingredients selected from the following list: Lima Beans, Ground Wheat, Whole pressed safflower meal, Garbanzo Beans, Ground Corn, Distillers Dried Grains with Solubles, Wheat Millrun, Molasses Dried Beet Pulp, Dehulled Soybean Meal, Cottonseed Meal, Whole Cottonseed, Rice Bran, Animal Fat, Cane Molasses, Calcium Carbonate, Mono-Dicalcium Phosphate, Magnesium Oxide, Salt, Copper Sulfate, Ground Rice Hulls (as a Vitamin Carrier), Vitamin E supplement, Vitamin A Supplement, Vitamin D3 Supplement, Zinc Oxide, Manganous Oxide, Iron Cabonate, Copper Oxide, Cobalt Carbonate, Ethylene Diamine Dihydrolodide, Calcium Iodate, Ethoxyquin (a vitamin preservative), and Sodium Selenite. Contract Pricing: Contract pricing shall include all costs to be incurred by the Government for the Dairy Concentrate required by this solicitation (e.g., start-up, shipping, installation, setup...etc). The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms format price standpoint. Quoters are hereby notified that an offer of contract award may be extended to the responsive/responsible quoter submitting a quote that is determined to be the BEST VALUE to the government. Multiple awards shall be made by line item if the Contracting Officer determines that in doing so it would benefit the U.S. Government. CONTRACT CLAUSES 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 address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested (in writing) from the Contracting Officer. 52.212-4 Contract Terms and ConditionsCommercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.232-18 Availability of Funds (APR 1984) The following clause will be incorporated into any resulting contract with applicable fill-in information as noted: 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (MAR 2007) - (b) 5, 7, 14, 15, 16, 17, 23, 31. OTHER CONTRACT TERMS AND CONDITIONS: A resultant contract will be a firm-fixed price type contract. It is anticipated that contract award resulting from this solicitation will be made approximately DECEMBER 30, 2011. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FCC Lompoc Regional Dairy Farm, located in Lompoc, California SOLICITATION PROVISIONS:52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)This solicitation incorporates one or more provisions 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 FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors ? Commercial Items (SEPT 2006) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision.52.212-3 Offeror Representations and Certifications ? Commercial Items (NOV 2006)52.233-2 Service of Protest (SEPT 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 2053452.237-1 Site Visit (APR 1984)Protests Filed Directly with the Department of Justice (JAR 2852.233-70)Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. The North American Industrial Classification (NAICS) code is 311119 and there will be small business set-aside used for this requirement. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (NOV 2006) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov All quotes must be received at the Federal Bureau of Prisons, Federal Correctional Complex, 3901 Klein Blvd, Lompoc, CA 93436 no later than 3:00 pm local time on WEDNESDAY DECEMBER 28, 2011. Offers can be faxed or emailed to Robert Barnes, Contract Specialist, at (805) 737-5062 or rjbarnes@bop.gov. Please Call (805) 736-4154 ext 5469 with any questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/61711/RFQP0617-12-00005/listing.html)
 
Place of Performance
Address: FCC LOMPOC, 3901 KLEIN BLVD, LOMPOC, California, 93436, United States
Zip Code: 93436
 
Record
SN02636635-W 20111211/111209234043-56c8b4670e4c17d8a02d9c39e39581da (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.