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

85 -- Dinner Napkins

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N0016113RC07800
 
Response Due
9/11/2012
 
Archive Date
3/10/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N0016113RC07800 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 322121 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-11 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Annapolis, MD 21402 The FLC - Norfolk requires the following items, Meet or Exceed, to the following: LI 001, DINNER NAPKINS. 15" X 17", 2 PLY, 1/8 FOLD, EMBOSSED, COLOR: WHITE, 3000 NAPKINS/CASE CONTRACTOR SHALL DELIVER 24 CASES PER WEEK, 48 WEEK CYCLE, OR AS REQUIRED, UP TO THE MATERIAL AND FINANCIAL LIMITS OF THE DELIVERY ORDER. DELIVERY PERIOD: OCT 2012 - SEP 2013, 1152, CASE; LI 002, OPTION YEAR: OCT 2013- SEP 2014 DINNER NAPKINS. 15" X 17", 2 PLY, 1/8 FOLD, EMBOSSED, COLOR: WHITE, 3000 NAPKINS/CASE CONTRACTOR SHALL DELIVER 24 CASES PER WEEK, 48 WEEK CYCLE, OR AS REQUIRED, UP TO THE MATERIAL AND FINANCIAL LIMITS OF THE DELIVERY ORDER., 1152, CASE; LI 003, OPTION YEAR: OCT 2014- SEP 2015 DINNER NAPKINS. 15" X 17", 2 PLY, 1/8 FOLD, EMBOSSED, COLOR: WHITE, 3000 NAPKINS/CASE CONTRACTOR SHALL DELIVER 24 CASES PER WEEK, 48 WEEK CYCLE, OR AS REQUIRED, UP TO THE MATERIAL AND FINANCIAL LIMITS OF THE DELIVERY ORDER., 1152, CASE; LI 004, OPTION YEAR: OCT 2015- SEP 2016 DINNER NAPKINS. 15" X 17", 2 PLY, 1/8 FOLD, EMBOSSED, COLOR: WHITE, 3000 NAPKINS/CASE CONTRACTOR SHALL DELIVER 24 CASES PER WEEK, 48 WEEK CYCLE, OR AS REQUIRED, UP TO THE MATERIAL AND FINANCIAL LIMITS OF THE DELIVERY ORDER., 1152, CASE; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 322291 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ The following FAR, DFARS, and NAVSUP provisions and clauses are hereby incorporated by reference: *52.204-99 (Dev) (Systems for Award Management Registration, Aug 2012) *52.209-2 (Prohibition on Contracting with Inverted Domestic Corporations?Representation May 2012) *52.212-1 (Instructions to Offerors) *52.212-4 (Contract Terms & Conditions?Commercial Items, Feb 2012) *52.247-34-FOB Destination *252.204-7003 (Control of Government Personnel Work Product, April 1992) *252.211-7003 Alt I (Item Identification & Valuation) *252.223-7008 (Prohibition of Hexavalent Chromium, May 2011) *252.232-7010 (Levies on Contract Payments) The following FAR, DFARS, and NAVSUP provisions and clauses are hereby incorporated by full text: *52.212-3 (Alt I) (Offeror Reps and Certs) *52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items, May 2012), to include: 52.222-50-Combating Trafficking in Persons, Feb 2009, 52.233-3-Protest After Award, Aug 1996, 52.233-4-Applicable Law for Breach of Contract Claim, Oct 2004, 52.204-10-Reporting Executive Compensation and First-Tier Subcontract Awards, Feb 2012, 52.209-6-Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, Dec 2010, 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations, May 2012, 52.219-6 Alt I-Notice of Total Small Business Set-Aside, Nov 2011, 52.219-28-Post Award Small Business Program Representation, Apr 2012, 52.222-3-Convict Labor, Jun 2003, 52.22-19-Child Labor, Jun 2003, 52.222-19-Child Labor-Cooperation with Authorities, Mar 2012, 52.222-21-Prohibition of Segregated Facilities, Feb 1999, 52.22-26-Equal Opportunity, Mar 2007, 52.222-35-Equal Opportunity for Veterans, Sept 2010, 52.222-36-Affirmative Action for Workers w/Disabilities, Oct 2010, 52.222-37-Employment Reports on Disabled Veterans, Sept 2010, 52.232-18-Encouraging Contractor Policies to Ban Text Messaging While Driving, Aug 2011, 52.225-13-Restriction on Foreign Purchases, Jun 2008, 52.232-33-Payment by Electronic Funds Transfer ? CCR, Oct 2003 *252.203-7005 (Representation Relating to Compensation of Former DoD Officials, Nov 2011) *252.209-7998 (Dev) (Representation Regarding Conviction of a Felony Criminal Violation Under any Federal or State Law, Mar 2012) *252.209-7999 (Representation by Corporations Regarding an Unpaid Delinquent Tax Liability, Dev 2012-O0004, Jan 2012) *252.212-7001 (Contract Terms and Conditions for Defense Acquisition of Commercial Items, May 2012), to include: 252.203-7000-Requirements Relating to Compensation of Former DOD Officials, Sept 2011, 252.225-7036-Buy American Act- Free Trade Agreements ? Balance of Payments Program, May 2012, 252.232-7003-Electronic Submission of Payment Requests, Mar 2008, 252.247-7023 Alt III-Transportation of Supplies by Sea, May 2002 *252.225-7035 (Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate) *252.232-7006 (Wide Area Workflow, WAWF) *5252.NS-046P (Prospective Contractor Responsibility) Except when it is determined not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the order, unless the parties otherwise agree. (a) The Government may extend the term of this order by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the order expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended order shall be considered to include these option terms. (c) The total duration of this order, including the exercise of any options under this clause, shall not exceed 4 years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0016113RC07800/listing.html)
 
Place of Performance
Address: Annapolis, MD 21402
Zip Code: 21402
 
Record
SN02871908-W 20120908/120907001957-f5196133e2deb20741512ec6cf5502fe (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.