Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

89 -- Beverage Products & Equipment Supply - FCI Tallahassee, FL - ATTACHMENTS

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312111 — Soft Drink Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQP03141200031
 
Archive Date
2/6/2013
 
Point of Contact
Jill A Erickson, Phone: 972-352-4528
 
E-Mail Address
jerickson@bop.gov
(jerickson@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT VI - BP-S660.012,NCICCheck (Complete only if attending schedule Site visit) Attachment III - BUSINESS MANAGEMENT QUESTIONNIARE ATTACHMENT II - CONTRACT PRICINGSCHEDULE OF ITEMS ATTACHMENT I - SF1449 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quote under the number RFQP03141200031. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 60. This acquisition is a Total Small Business Set-Aside. The NAICS code for this requirement is 312111; the small business size standard is 500 employees. The contract periods will consist of a 12-month base period and two 12-month option periods for renewal with an estimated maximum requirement per contract period to include: 1,095 five gallon bag-in-box cases see Attachment II). STATEMENT OF WORK: Introduction: The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to make a single award to a responsible business entity for the provision of post mix beverage products, equipment, and service for the Federal Correctional Institution (FCI), Tallahassee, Florida. Place of Performance: Supplies and equipment will be delivered to FCI Tallahassee, 501 Capital Circle NE, Tallahassee, FL 32301. Equipment: All beverages required would be dispensed by a bag-in-box dispensing system supplied and maintained by the vendor. The Contractor will be required to provide beverage racks with the capability to store two (4), five (5) gallon boxes of each product in each location. Dispenser Description: The Contractor shall provide and install five (5) new refrigerated beverage dispensing units with a minimum of six (6) push button spigots, capable of dispensing six (6) flavors without the use of CO2. Refurbished equipment will not be accepted. The units must be counter top style with a built-in ice maker, installed on top of each refrigerated beverage dispensing unit, capable of producing up to 300 pounds of ice per day. The ice make must have a replaceable water filter on the side of the ice maker. The ice maker must have a replaceable water filter on the side of the ice maker. The drink dispensing unit ice hopper should be capable of holding a minimum of 125 pounds of ice. The unit air compressors must be able to pump beverages up to 125' from the Food Service basement to the dining hall. Due to space limitations, each unit must not exceed 25" wide, 20" deep and 64" high. Each machine will have post mix pumps with fast flow push type juice valves. Product flow rate: 1.1 to 1.6 ounces per second. Dispensing unit should accept all cup sizes and handle dispensing of 5:1 to 10:1 beverage base products ratios. Each dispensing unit will have a water tap on it. Refrigeration Capacity: Ten (10) - 12 oz. product servings per minute at 75 degrees. All machines should be equipped with back flow preventions and in-line water filters. All units should be the same make, model and have the same type appearance. The contractor shall provide hasps on each piece of equipment so padlocks can be used to secure the equipment. The equipment should be completely secured with no free access to the internal parts. Contractor shall provide straps, locks, or bars, if needed, to secure unit from being tampered with by other than authorized staff. Electrical: 115 volt, 3 prong ground outlet, 12 amp service, UL & NSF approvals. Each dispenser shall be equipped with one (1) full set of flavor labels for all dispensing nozzles indicating juice/beverage selection. Replacement labels shall be provided upon request. Upon initial delivery, a supply of ten (10) additional labels per flavor should be provided to the Food Service Administrator (FSA) in case labels are lost or damaged. The contractor shall supply the FSA with the electrical requirements for the ice makers, which is normally single phase 208/220/240, and electrical receptacles if needed three weeks in advance of installation of beverage systems. Beverage Locations: FCI Five (5) beverage dispensing units. (One is included for the staff dining area) The contractor shall deliver and have equipment operational within 30 calendar days from the effective date of award of the contract. The Federal Bureau of Prisons may request, at any time throughout the life of the contract, additional equipment or the current equipment moved and/or removed as necessary. All equipment provided shall remain the property of the contractor and shall be retrieved at the contractor's expense upon completion of the resulting contract. Repair Services: Repair services on the equipment supplied by the Contractor shall be provided throughout the life of the contract at no additional cost. This service will include preventative maintenance checks at least once each quarter. Preventive maintenance shall include a complete check of all dispensing equipment and calibration of syrup and water ratios. The Government shall notify the Contractor of any equipment breakdown or failure to dispense. Requests for repairs will be made by the FSA and/or designee. Contractor shall provide repair service within 10 hours of request, including weekends and holidays. In the event repair cannot be completed within 24 hours, a loaner machine should be delivered and installed within 24 hours of the service call, as to insure no interruption of service. Service visits will normally be scheduled during regular business hours (7:30 am to 3:00 pm,) Monday through Friday. Supplies: The Contractor shall provide five (5) gallon, non-alcoholic, non-carbonated, liquid concentrate, at a mix of 9:1 only, bag-in-box (BIB) beverages 9:1 product. The product supplied may contain natural and/or artificial sweeteners. The product may be sweetened with corn, beet or cane sugar sweeteners. NutraSweet and Neotame are acceptable artificial sweeteners, saccharin is not acceptable. The juice content of the product should be no more than 5%. The caloric content of one eight ounce serving may not exceed 5 calories. The juice must provide a minimum of 30 mg of Vitamin C per 8 ounce serving, with exception given to unsweetened tea. Vitamin C is not a requirement for unsweet tea. All products must be Kosher approved and the Contractor must provide written documentation for verification. The flavor selection must include fruit punch, lemonade, sweet tea, unsweetened tea, grape, and orange. Delivery Order Information: FCI Tallahassee will place orders for products as needed. Product shall be delivered Monday through Friday with the exception of Federal Holidays and no later than 15 working days after receipt of order. Delivery orders will be placed by the Food Service Department and/or the Contracting Department. In general, the food service staff will determine supply needs for the upcoming week or quarter and call in that requirement to the Contractor. Products will be delivered as needed (approximately one delivery per month). PRICING METHODOLOGY: The Government intends to make a single award to a quoter, pursuant to affirmative determination of responsibility, whose quote, conforming to the solicitation, is determined to be in the best interest of the Government considering price only. The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a price standpoint. The Government intends to make an award of a firm-fixed price contract on an all-or-none basis. The Contractor shall be able to provide the items no later than 30 days after date of award. The Contractor shall provide bag in the box beverages and equipment upon request by the institution as detailed in the Statement of Work. The Contractor shall include all associated charges to the Government for providing the supplies and services required by this solicitation/contract (e.g., equipment and servicing, etc.). The quantity of supplies/services to be provided by the Contractor is estimated in the Schedule of Items (see attachment II). These estimates are not a representation to a quoter or Contractor that the estimated quantities will be required or ordered, or that conditions effecting requirements will remain stable or normal. Contract pricing shall include all charges to the Government for performing the supplies and services required by this solicitation/contract. You are required to submit a completed copy of the Schedule of Items inclusive of the base year and all option periods. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. AWARD METHODOLOGY: The Government will award a single contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and price related factors. ORDERING OFFICIAL: In accordance with FAR 52.216-18, request for supplies will be made via issuance of individual delivery orders. Delivery orders may be issued only by the Contracting Officer (CO), Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for credit card purchases. 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 CO will make their full text available. Also, the full text of a FAR 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 with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or copied doubled-sided on recycled paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.223-5 Pollution Prevention and Right to Know Information (May 2011) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers Compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury; Automobile Liability: $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective contract period through the last day of the effective performance period. 52.216-19 Order Limitations (OCT 1995) - (a) less than five cases; (b) (1) the estimated quantities within the current performance period as identified in Section 2.1; (b) (2) the estimated quantities identified within the current performance period as identified in Section 2.1; (b) (3) 30 days; (d) 5 days. 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective contract period. 52.217-6 Option for Increased Quantity (MAR 1989) - 10 days. 52.217-8 Option to Extend Services (NOV 1999) - one day prior to the expiration of the current performance period. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - one day prior to the expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the base year or any option year exercised; beyond September 30th of the base year or any option year exercised. 2852.233-70 Unsafe Conditions Due to the Presence of Hazardous material (JUN 1996) 52.27-103-72 Department of Justice (DOJ) Residency Requirement (JUN 2004) 52.21-603-71 Evaluation of contractor performance Utilizing CPARS (April 2011) 52.24-403-70 Notice of Personnel Security Requirements (OCT 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2012) - (b) 1, 4, 6, 12, 14, 17, 23, 26-34, 38, 42, 47, 49. OTHER CONTRACT TERMS AND CONDITIONS: Contracting Officer's Representative (COR): Upon award of a contract, Robert Brown, Food Service Administrator at FCI Tallahassee will be appointed as the COR of the resultant contract. TYPE OF CONTRACT: The Government contemplates award of an indefinite delivery/requirements type contract with firm-fixed unit prices resulting from this solicitation. The resulting contract will include two 12-month option periods for renewal at the unilateral discretion of the Government. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. Quoters are advised that the Government has the unilateral right to exercise option periods in accordance with FAR 43.103(b) and 52.217-9 "Option to Extend the Term of the Contract and 52.217-8 "Option to Extend Services." REVIEWS: The CO or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of services rendered under this contract for repair services. All records shall be subject to review by the CO or other representative of the Bureau of Prisons (BOP). The BOP reserves the right to require an independent audit of any invoice or bill. PERFORMANCE: The anticipated periods of performance include: Base Year: Effective Date of Award through 12 months from Effective Date of Award Option Year 1: 13 through 24 months from Effective Date of Award Option Year 2: 25 through 36 months from Effective Date of Award The Contractor shall commence full performance of the services under this contract within 30 calendar days from the effective date of award. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination of the appropriate institution. The Contractor shall provide the contract services independent of Government supervision. CONTRACT ADMINISTRATION: Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved to the CO. After contract award, this responsibility may be delegated to an Administrative Contracting Officer(s) by the CO. In accordance with FAR 42.202 and 42.302, the Contracting Office as stated in block 16 of the SF1449, is assigned to be the Contract Administration Office (CAO) for this contract. This assignment carries with it the authority to perform all normal contract administration functions listed in FAR 42.302(a), items (1) through (70); to the extent those functions apply to this contract. This assignment also includes delegation of authority to perform functions specified in FAR 42.302(b), items (1) through (11). Contracting Officer Responsibility: Authority to negotiate changes in terms, conditions, or amounts cited in this contract is reserved to the CO. This responsibility may be delegated to an Administrative Contracting Officer by the CO. Ordering Procedures: Delivery orders issued under the resulting contract will take the form of a BOP purchase request or purchase card acquisition form. Delivery orders may be issued by the awarding CO, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for credit card purchases. CONTRACT OFFICER'S REPRESENTATIVE (COR): The CO will designate in writing, if necessary and appropriate, a COR who will be responsible for: a). Monitoring progress, including surveillance and assessment of performance; b). Interpreting the scope of work; c). Performance evaluation as required; d). Performance inspection and acceptance; e). Assisting in the resolution of performance problems encountered by the service provider during contract performance; f). Monitoring funds available for obligation; g). Ensuring that invoices and payments are processed in a timely manner; h). Assisting in the resolution of administrative problems experienced by the service provider during the contract performance. CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS: The employees of the contract entering the institution shall meet certain security requirements to receive an institutional pass as required by Bureau of Prisons Program Statement 3000.03 dated December 19, 2007. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. The program managers at each institution is responsible for conducting the appropriate vouchering, law enforcement checks, and ensuring that fingerprinting is completed on all Contract staff that may need access inside the confines of the secure perimeter. The personnel department will establish a security file that will be maintained on each of the Contractor's employees from the beginning of the contract through its duration. The following investigative procedures will be performed: 1) National Crime Information Center (NCIC) check; 2) DOJ-99 (Name Check); 3) FD-258 (fingerprint check); 4) Law Enforcement Agency checks; 5) Vouchering of Employers; 6) Resume/Personal Qualifications; 7) OPM-329-A (Authority for Release of Information); 8) National Agency Check and Inquiries (NACI) check (if applicable); and 9) Urinalysis Test (for the detection of marijuana and other drug usage). By submitting a quote, the Contractor and its employees agree to complete the required documents and undergo the listed procedures. An individual who does not pass the security clearances will be unable to perform services under the contract. The final determination and completion of the security investigation procedures will be made at the sole discretion of the appropriate institution. All persons are advised that a urinalysis test for the detection of marijuana and other drug usage shall be performed. Any person(s) testing positive shall be disqualified from performing under the resulting contract. Any individual employed by the Contractor deemed not suitable by the Bureau of Prisons requirement will not be granted access to perform services under the contract. This is a condition of the contract. The Contractor must be in compliance with department of Justice Regulations at 8 CFR 274a regarding the employment of aliens. List of Attachments Attachment I - SF1449 Attachment II - CONTRACT PRICING/SCHEDULE OF ITEMS Attachment III - BUSINESS MANAGEMENT QUESTIONNAIRE Attachment VI - BP-S660.012,NCIC Check (Complete only if attending scheduled site visit) 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 CO will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov/far 52.212-1 Instructions to Offerors -- Commercial Items tailored to change paragraph c is changed from 30 days to 90 days delete paragraphs at 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 (APR 2012) 52.214-31 Facsimile Bids (DEC 1989), (972) 352-4545, Canon Laser Class 710 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEP 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 2852.233-70 Protests Filed Directly with the Department of Justice (JAN 1998) 52.27-103-71Faith-Based and Community- Based Organizations (AUG 2005)- can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. 52.237-1 Site Visit (APR 1984) - A site visit has been schedule for 8:30 a.m. Eastern Time on Wednesday, September 19, 2012. The site visit will be held at FCI Tallahassee, 501 Capital Circle NE, Tallahassee, FL 32301. Given the time required to comply with the security requirements associated with visiting the FCI, anyone interested in attending this site visit must contact, Tony Green, Contract Specialist, at 850-878-2173 extension 1282, no later than 10:00 a.m. EST, September 17, 2012. Participants will be required to complete the attached BP-S660.012, NCIC Check form (Attachment IV) and fax it to Mr. Green at 850-671-6114. All forms shall be filled out legibly in dark ink or typewritten and be submitted in a timely fashion to be received by Mr. Green, on or before 10:00 a.m. ET, Monday, September 17, 2012. This will allow the Bureau of Prisons ample time to conduct a limited background security clearance (NCIC) for ALL persons who will be attending this site visit and be allowed access to enter the institution on September 19, 2012. Persons who are not deemed suitable to enter the institution will be contacted by phone as soon as practicable. No person will be allowed in the institution until a NCIC check is completed and approved. It is recommended, Mr. Green be contacted as far in advance as possible. All prospective quoters who plan to attend this site visit are required to bring picture identification and meet in the Front Lobby of the FCI, no later than 8:30 a.m. EST. This will be the only site visit scheduled. This site visit is NOT MANDATORY. Any issues or concerns expressed during this site visit, which are not addressed in the solicitation document, will be addressed in writing and posted along with the original solicitation document. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF QUOTATIONS Sealed quotes shall be submitted on or before the Quote deadline of October 10, 2012, No later than 2:00pm Central Time. Quotes shall be submitted to the following address: Jill Erickson, Contract Specialist Federal Bureau of Prisons Field Acquisition Office U. S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie, Texas 75051 Mailed and hand-carried quotes must be delivered to the CO at the address shown above no later than the time specified as the deadline for receipt of quotes. Quoters wishing to hand-carry quotes must provide written notification to the CO, no less than 24 hours in advance of arrival, so that arrangements may be made with base security personnel. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Quotes received after the quote deadline will be processed pursuant to FAR 52.212-1(f). Each quoter shall complete and submit the following forms, clauses, and statements with his/her quote. Failure to do so may cause your quote to be considered unacceptable. On company letterhead, business stationary, or by completing the provided forms, the following information is required: 1. A brief description of how the Contractor plans to fulfill the contract, along with providing supporting documentation as indicated in the Statement of Work 2. Standard Form 1449 - Attachment I 3. Schedule of Items/Contract Pricing - Attachment II 4. Business Management Questionnaire - Attachment III 5. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2011) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at http://sam.gov. All potential quoters are advised that this solicitation includes the clause at FAR 52.212-4 for Commercial Items, Central Contractor Registration (CCR). This clause requires all contractors doing business with the Federal Government to be registered in the CCR database site located at http://sam.gov. Quoters should include their Data Universal Number System (DUNS) number in their offers. The CO will verify registration in the SAM database prior to award by entering the potential awardee's DUNS number into the SAM database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All responsible sources are encouraged to submit a written offer which will be considered for award. This acquisition is a Total Small Business Set-Aside. Numbered Note 1 applies to this solicitation. Questions regarding this requirement may be e-mail in writing to Jill Erickson, Contracting Officer at the email address listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03141200031/listing.html)
 
Place of Performance
Address: Federal Correctional Institution, 501 Capital Circle NE, Tallahassee, Florida, United States
 
Record
SN02870987-W 20120908/120907000823-364ede81de16b26d9224f942597a3bcc (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.