SOLICITATION NOTICE
S -- San Diego Sack Lunches - Package #1
- Notice Date
- 2/21/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311991
— Perishable Prepared Food Manufacturing
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DML, 24000 Avila Road, Laguna Niguel, California, 92677, United States
- ZIP Code
- 92677
- Solicitation Number
- HSCEDM-13-Q-00013
- Archive Date
- 3/18/2013
- Point of Contact
- Natasha Nguyen, Phone: 949-425-7030, Jun Surla, Phone: 9493603073
- E-Mail Address
-
natasha.nguyen@dhs.gov, jun.surla@dhs.gov
(natasha.nguyen@dhs.gov, jun.surla@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment II - SF 1449 Attachment I - Daily Meal Menu This is a combined synopsis/quotation (RFQ) 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 quotation and a written quotation will not be issued. The Immigration and Customs Enforcement (ICE) is requesting a quotation for the delivery of freshly prepared bag meals, daily, five (5) days a week Monday through Friday to be delivered at 880 Front St. San Diego, CA 92101. The contractor shall furnish all labor, supplies, supervision, materials, equipment, and transportation to provide these meals. The contractor shall deliver all meals by 6:00 am to the ICE/Staging Facility at 880 Front St. San Diego, CA 92101. Contracting Officer Representative (COR) or ICE Representative will call the contractor the day before, no later than 3:00 pm to confirm the number of meals and water needed for the next day delivery. Contractors must be able to meet the following Government requirements have stated in attachment I - Daily Meal Menu. The quantities stated are estimated for one year. 1) BAG MEAL- 18,000 each (see attachment I - Daily Meal Menu; 2) SPECIAL BAG MEAL- 480 each (see attachment I - Daily Meal Menu); 3) Bottled Water, 16.9 fl. oz. in plastic container, 26,000 each; 4) MUSTARD - 12 boxes (Individual serving size packets of 0.5 oz., 1,000 count per box); 5) MAYONNAISE - 12 boxes (Individual serving size packets of 0.5 oz., 500 count per box). Period of performance is to begin April 1, 2013 through March 31, 2018 for a base year and four additional extension one year option period. The Government will award on an all or none basis whose proposal conforming to the RFQ is the lowest price, technically acceptable. FAR 52.212-2 Evaluation-Commercial Items applies with evaluation factor of: (1) Technical Acceptability - Technical acceptability is established by submitting: (a) A written statement acknowledging and agreeing to comply with (1) the meal menu requirements specified in attachment I - Daily Meal Menu, and (2) the delivery schedule for Bag meals and Special Bag Meals as specified in this synopsis. (b) Contractor shall be capable of commencing performance 15 days after contract award date. (2) Price - the Quoter shall complete the Standard Form 1449, see attachment II providing a price for the base and each option period for each Contract Line Item Number (CLIN). (3) The Quoter is not listed on the System for Award Management (SAM) (Excluded Parties List System) exclusion records. (4) Options. The Government will evaluate offers for award purposed by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 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, which incorporate the following Clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1; 52.204-7 Central Contractor Registration (CCR) - System for Award Management (SAM); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed of Debarment; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-1 Small Business Program Representations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-1 Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d); 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); and 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their representation and certifications via ORCA at http://orca.bpn.gov in response to this RFQ. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-65. The North American Industry Classification System Code (NAICS) is 311991: Size Standard is 500 number of employees. This requirement is Small Business set-aside procurement. A task order will be issued for delivery of meals after contract award. Closing date or response date for this synopsis/quotation is March 3, 2013 at 12:00 noon, Pacific Time. Only e-mail or fax responses will be accepted. Responses can be faxed to (949)-360-3013, Attn: Natasha Nguyen, or E-mail to natasha.t.nguyen@ice.dhs.gov. All responsible sources must be CCR/SAM registered and may submit a quotation which will be considered by the agency. Oral communications are not acceptable in response to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DML/HSCEDM-13-Q-00013/listing.html)
- Place of Performance
- Address: ICE/ERO, San Diego Staging Area, San Diego, California, 92101, United States
- Zip Code: 92101
- Zip Code: 92101
- Record
- SN02992617-W 20130223/130221234415-22b2f81427fc3e70dd584d0ffbdd1be8 (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 |