Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2013 FBO #4283
SOLICITATION NOTICE

89 -- Bagged Ice Delivery and Ice Merchandisers - Statement of Work

Notice Date
8/14/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312113 — Ice Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Station Yuma - Contracting Office, Box 99133, Yuma, Arizona, 85369-9133
 
ZIP Code
85369-9133
 
Solicitation Number
M62974-13-T-6001
 
Archive Date
9/7/2013
 
Point of Contact
Catherine E. Robertson, Phone: 9282693646
 
E-Mail Address
catherine.robertson@usmc.mil
(catherine.robertson@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Delivery Schedule and Site Locations Recurring Ice Delivery 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 and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is M62974-13-T-6001. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-68. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. Where the word "proposal" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. Marine Corps Air Station (MCAS) Yuma, AZ is soliciting quotes from vendors for ICE AND MERCHANDISER DELIVERY to various training sites in Arizona and California. FOB Destination pricing is requested. Delivery schedule, and location directions are included in attachments. MCAS Yuma, AZ proper, zip code is 85369. Inspection and acceptance will be at destination. LINE ITEM DESCRIPTION: CLIN 0001, BAGGED ICE Provide and deliver 20-lb. bagged ice nuggets to the five (5) training sites described in the attached delivery schedule and statement of work (SOW). Quantities and locations are estimates only and are subject to change. Quantities shall not exceed 14,035 bags without written authorization from the Contracting Office. Qty: 14,035 Bags POP: 09 September 2013 - 04 November 2013 CLIN 0002, ICE MERCHANDISERS Refrigerated merchandisers to be delivered and picked up from the five (5) training sites described in the attached delivery schedule. The merchandisers shall be operable on 110V A/C power. Qty: 11 Each POP: 09 September 2013 - 04 November 2013 Any manufacturer's name, model number and part numbers in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Government's requirement. Manufacturer's names, model numbers, part numbers are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand that fulfills the Government's need. The current MCAS Yuma contractor access requires presenting to the Station Pass & ID office located at Building 952/MCAS Yuma main gate, a valid state drivers license or valid state identification card with the social security number on the card. Vehicle access requires presenting to the Station Pass & ID a valid state drivers license, current vehicle insurance card, and valid vehicle registration. The following clauses and provisions apply to this acquisition: FAR 52.211-17, Delivery of Excess; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Alt. I, Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.247-34, F.O.B. Destination; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses for Para (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor---Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Employment Opportunities; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-3, Buy American Act Free Trade Agreements; 52.232-33, Service Contract Act of 1965; FAR 52.219-1 Alt. I, Small Business Program Representation; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications; FAR 52.247-5 Familiarization with Conditions; FAR 52.247-34 F.o.b. Destination; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.211-7003 Alt I, Item Identification and valuation, and DFARS 252.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. The Government will award a firm fixed price contract resulting from this Request for Quotation based on the lowest priced acceptable offer considering technical, delivery terms, and price. The Government is requesting expedited delivery in accordance with the attached delivery schedule. The Government reserves the right to make multiple awards (grouped by state) if deemed to be in the Governments best interest. Failure to provide any requested information, or providing inadequate or unclear information, will result in the quote being rated unsatisfactory and ineligible for award. All vendors submitting a quote are notified that you must be active in the System for Award Management (SAM) to receive award. Wide Area Work Flow (WAWF) is the required method of invoicing. The quoter selected for award will be required to register in WAWF and invoice electronically. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendors point of contact, and a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If an offeror has not completed the annual representations and certifications electronically at the ORCA website (http://orca.bpn.gov), the offeror shall complete only paragraphs (c) through (m) of provision 52.212-3 Offeror Representations and Certifications-Commercial Items. If the offeror had changes to the ORCA data pursuant to the FAR provisions at 52.204-8(d) or 52.212-3(b), then the offeror must include a copy of the changes in the quote. Clauses may be obtained at web site http://farsite.hill.af.mil. CONTRACTORS MUST PROVIDE THE FOLLOWING WITH THEIR QUOTE: (1) PRODUCT DETAILED SPECIFICATIONS; (2) PRODUCT DESCRIPTIVE LITERATURE; (3) PRODUCT PICTURES; (4) PRODUCT MODEL NUMBER (IF APPLICABLE); (5) A COMPLETED COPY OF FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. In accordance with FAR 52.212-1(f), proposals are due by 23 AUGUST 2013 AT 3:00 P.M. local time for the receiving office (Mountain Standard Time-AZ). Electronic submission of proposals is encouraged. In accordance with FAR 4.302(b), if electronic submission is not used, offerors shall use at least 30 percent postconsumer fiber paper and print or copy double-sided (or include an explanation concerning why it is not possible to print or copy double-sided). Proposals may be submitted as follows: Preferred Method ELECTRONIC MAIL (EMAIL): Catherine.robertson@usmc.mil Each emailed quote and attachment size may not exceed five (5) megabytes. MAIL: I & L Contracting Attn: Catie Robertson P.O. Box 99133 MCAS Yuma, AZ 85369-9133 HAND DELIVERY: I & L Contracting Attn: Catie Robertson Bldg. 328 W - RM 203 MCAS Yuma, AZ 85369-9133 For proposals delivered by hand, offerors are advised that entry to the installation is restricted, and offerors are directed to familiarize themselves with the entry control location and process. Entry processing time is unpredictable and can be lengthy. The addressee indicated above may be able to facilitate entry processing, but is not required to do so, and inability to gain access shall not excuse late delivery. If proposals are submitted in different formats requiring different delivery methods, the proposal of record shall be the last complete version received prior to the deadline. For email proposals, the Government office designated for receipt of the proposal is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(f) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Offerors are specifically warned that email may be subjected to spam filters or attachment stripping. The Government may make award based solely on the proposal received. Only written quotes are acceptable and must be received and identified by RFQ M62974-13-T-6001 by 3:00 PM (Mountain Standard Time-AZ) on 23 AUGUST 2013. Contact CATIE ROBERTSON, 928-269-3646 FOR INFORMATION REGARDING THIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62974/M62974-13-T-6001/listing.html)
 
Place of Performance
Address: Arizona and California Deliveries, Yuma, Arizona, 85369, United States
Zip Code: 85369
 
Record
SN03148866-W 20130816/130814235513-e256025615176e8c4f3890624bf76db1 (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.