SOLICITATION NOTICE
S -- RFQ AG-82A7-S-13-0011 Food Delivery Services BPA - RFQ
- Notice Date
- 11/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of Agriculture, Forest Service, WO-AQM, 1621 N. Kent Street, AQM Suite 707 RPE, Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- AG-82A7-S-13-0011
- Point of Contact
- Erin L. Saelens, Phone: 7036054744
- E-Mail Address
-
elsaelens@fs.fed.us
(elsaelens@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Request for Quote Request for Quote for Food Delivery Services USDA Forest Service November 9, 2012 1. Introduction: The USDA Forest Service, Collbran Job Corps Center (the Center), is issuing this Request for Quote and soliciting vendors to submit a Quote via email for a Blanket Purchase Agreement to provide the services for food and beverage delivery to the Center. Collbran Job Corps Center intends to make multiple awards with this solicitation; however, the Center reserves the right to make a single award should it be determined to be in the best interest of the Government. This Blanket Purchase Agreement(s) will be five years in duration. Collbran Job Corps Center requires the Quoter provide food supply services to the Center located at 57608 HWY 330 Collbran, CO 81624. Responses to this solicitation (RFQ) are requested via email to Erin Saelens, elsaelens@fs.fed.us no later than November 23, 2012 at 1700 ET. Please send any questions you have to Erin Sealens, elsaelens@fs.fed.us no later than November 21, 2012 at 1600 ET, no questions will be answered after November 23, 2012 at 1600 ET. 2. Background: The Collbran Job Corps Center is a conservation center under the United States Forest Service which is under the Department of Agriculture. All Job Corps centers are funded by U.S., Department of Labor, Employment, and Training Administration (ETA) Program. Job Corps is an ETA program and is designed to assist young people who need, and can benefit from, the wide range of services provided at the Job Corps Centers. Through its centers, Job Corps provides academic, vocational and life skills training using a unique approach of competency-based and individualized instruction. Services include: basic education, High School Diploma (HSD) program, General Education Development (GED), vocational skills training, residential living program, healthcare, and related support services. The comprehensive combination of training and support services is designed to help each student become a responsible and productive citizen. 3. Scope and Statement of Work: The Contractor shall provide Food Supply Services defined as in accordance with the Terms and Conditions of the Blanket Purchase Agreement(s), as needed, at the Collbran Job Corps Civilian Conservation Center, 57608 HWY 330 Collbran, CO 81624; for the purpose providing a simplified method of filling anticipated repetitive needs for perishable and non-perishable food and beverage products to be supplied and delivered. 4. Schedule of Items: See attached document 5. BPA Terms and Conditions: The terms and conditions of the Blanket Purchase Agreement(s) awarded as a result of this solicitation will apply to all orders made pursuant to it. Orders made under the Blanket Purchase Agreement(s) are considered binding upon acceptance by the Contractor. An order is deemed to have been accepted by the Contractor upon delivery of the products required by the order, or in the absence of written notification to the Contracting Officer of non-acceptance by the Contractor, within ten days of the Effective Date of the order. 6. Description of Agreement: Upon issuance of a BPA Call placed by an authorized individual (see Para. 7), the Contractor shall provide goods/services as described above. A.BPA Period: The effective period of the Blanket Purchase Agreement(s) awarded from this solicitation ends five years after award of the BPA or when the Aggregate Purchase Limitation is reached, whichever occurs first. A 60-day written notice, by either party, to/from the Contracting Officer is required to cancel this agreement. B. Aggregate Purchase Limitation: The aggregate amount of all orders placed against the BPA(s) shall not exceed $500,000. C.BPA Order Minimum/Maximum: (i)Number of Orders Placed: There is no minimum requirement or maximum limitation with regard to the number of orders which may be placed against the BPA(s). (ii)Value of Orders Placed: There is no minimum value required for orders placed against the BPA(s). The maximum value of orders placed against the BPA(s) shall not exceed the warrant authority of the individual placing the order; OR...shall not exceed $25,000. D. BPA Review: The Contracting Officer will review the BPA(s) at least annually. A review of market conditions, sources of supply and other pertinent factors may warrant making modifications to the BPA, including revising the purchase limitations. The Contracting Officer will perform this review and issue a letter of any applicable changes affecting the renewal to the Contractor as applicable. 7. Extent of Obligation: The Government is obligated only to the extent of authorized purchases (Calls) placed against the BPA(s). No terms and conditions other than those specified in this agreement, or those mutually agreed upon for a specific order that are within the scope of the BPA(s), shall be applicable to purchases made under the BPA(s). 8. Individuals Authorized to Place Orders Against the BPA(s): See attached document 9.Method of Ordering: A. A requirement is identified, B. The requestor (the Center) develops an estimate for requested items needed C. A BPA Call is prepared and issued to the vendor. Once a BPA Call is placed by a Contracting Officer, the Cook Supervisor may contact the Vendor to provide clarifications on order requirements; all orders placed under a BPA Call cannot exceed the amount funded through the BPA Call. Cook Supervisor: Rose Satterfield Collbran Job Corps Center 57608 Hwy 330 Collbran, CO 81624 970-487-2047 10. Marking Unless otherwise agreed to, all deliverables provided under this Award shall be accompanied by a cover sheet or other document containing the following information as a minimum: - Name of supplier - BPA Number and BPA Call Number - Date of shipment - Itemized list of supplies furnished - Price, less applicable discounts - Name of the authorized employee 11. Invoices Against BPA Calls: An itemized invoice shall be submitted monthly or upon expiration of the BPA Call (whichever occurs first), for all products provided during the monthly billing period, and for which payment has not been received. These invoices should be supported by copies of delivery tickets, however in the absence of such documentation, the invoice shall include, at a minimum, the following information: • Contractor name and address; • Invoice number and date; • BPA number; • BPA Call number; • Quantity and unit price of items provided; • Terms of any discount for prompt payment • Applicable discounts; • Name and address of official to whom payment is to be sent; and • Name and phone number of Contractor's invoicing point of contact. All invoices against a BPA Call shall be submitted to the following address for payment: Collbran Job Corps Center Attention: Rose Satterfield 57608 HWY 330 Collbran, CO 81624 Each invoice will be turned in to the Cook Supervisor who shall forward it on to the purchasing agent. If there are any discrepancies, the Cook Supervisor can be notified by mail or by phone 12. Payments: Payments will be made in accordance with FAR payment methods as identified in each Call or at the placement of an order, as follows: A. Electronic Funds Transfer (EFT) for BPA Call Orders B. Government Purchase Card for verbal Orders confirmed in writing by the Contracting Officer (i.e, via e-mail) 13. Quote Submissions Quote Format: In order to maximize efficiency and minimize the time for Quote evaluation, it is required that the Quoter submit the Quote in accordance with the format and content specified herein. 8.5 x 11 inch paper • Single-spaced typed lines • 1 inch margins • Times New Roman 12-point Font in text • Fonts for graphics can be smaller, but must be legible • No hyperlinks Page Numbering: The Quoter shall use a standard page numbering system to facilitate Quote references. Charts, graphs and other insert materials shall be page-numbered as part of the page numbering system. Page Limitations: Page limitations are identified for each volume/section of the Quote below and should be treated as maximums. If exceeded, excess pages will not be read or considered in Quote evaluation. Included in the page count are separate pages providing graphics, charts, illustrations and pictures. The following pages are not included in the page limitations: Cover Pages Tables of Contents Cover Page/Table of Contents: Each Quote volume will include a Cover Page and a Table of Contents. The Cover Page shall identify the solicitation number, Quote volume and title, and the Quoter's name and contact information. Cover Pages and Tables of Contents shall not count against page count limitations. 14. Instructions, Conditions, and Notices to Quoters Responses to this solicitation (RFQ) are requested via email to Erin Saelens, elsaelens@fs.fed.us no later than November 23, 2012 at 1700 ET. Please send any questions you have to Erin Sealens, elsaelens@fs.fed.us no later than November 21, 2012 at 1600 ET, no questions will be answered after November 21, 2012 at 1600 ET. The US Forest Service intends to establish multiple Blanket Purchase Agreements resulting from this solicitation, but reserves the right to make a single award should it be determined to be in the best interest of the Government. The award will to the Quoter(s) whose Quote represents the lowest price technically acceptable. Published Pricing lists provided by the Vendors outlined in this solicitation will be considered in making a lowest price determination. Method of Award: This Award will be made on a lowest price technically acceptable basis. Parties responding to this solicitation may submit their Quote in accordance with their standard commercial practices (e.g. on company a letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, 2) Discounts for prompt payment if applicable 3) Cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Pricing, and Delivery information, and 7) Quoters shall include a completed copy of the provision at 52.212-3, Quoter Representations and Certifications-Commercial Items with their Quote. Active SAM registration is required for Award: www.sam.gov 15. Evaluations Factors for Award The Government anticipates awarding multiple Blanket Purchase Agreements to the Quoter who quotes the lowest price for each CLIN and meets the technical specifications outlined in this solicitation. However, the Government reserves the right to make a single award should it be determined to be in the best interest of the Government to do so. The Government will evaluate Quotes based on the evaluation criteria set forth in this solicitation. 16. Evaluation The Government will evaluate the Quoter's Quote based on the following Factors and Elements listed. 16.1 Non-Price: Technical Capability Non-Price factor will be evaluated on the basis of: a)The Quoter's understanding of the SOW requirements and ability provide food delivery services which at least meets the minimum specification outlined in this solicitation. b) The Quoter's ability to deliver the required food to the Center's location and the method by which they will deliver. c) Services: The Quote's ability to ensure all services and provide all supplies and credentials needed to provide the services outlined in this solicitation. 16.2 Price Factor Price factor will be evaluated on the basis of a)Completeness: The Quote covers all requirements of the specifications listed in this solicitation include all pricing information required by the solicitation, and the Schedule of items is completed as required. Quoter must provide pricing for all items listed on the schedule of items. b)Lowest Price  I.CONTRACT CLAUSES See attached document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WO-AQM/AG-82A7-S-13-0011/listing.html)
- Place of Performance
- Address: Collbran Job Corps Center, Collbran, Colorado, 81624, United States
- Zip Code: 81624
- Zip Code: 81624
- Record
- SN02930690-W 20121116/121114234531-b98984a86508df6a5c830c7e84c72c06 (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 |