Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2013 FBO #4379
SOLICITATION NOTICE

89 -- Full-Line Food Service Delivery BPA

Notice Date
11/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424410 — General Line Grocery Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8P-3317-0901
 
Response Due
12/5/2013
 
Archive Date
1/17/2014
 
Point of Contact
Otha Henderson, 801-432-4093
 
E-Mail Address
USPFO for Utah
(otha.b.henderson.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through the Federal Acquisition Regulation, and supplements. This procurement is for full and open competition. The NAICS code is 424410, General Line Grocery Merchant Wholesalers. The Utah National Guard intends to establish a Blanket Purchase Agreement (BPA) with one or more marketer and distributor of foodservice products in order to meet the subsistence requirements of Camp Williams Utah, 17800 South Camp Williams Road, Riverton, UT 84062, and the Utah National Guard Troop Issue Subsistence Activity (TISA) located within Camp Williams. The intent of this BPA is to provide best value in meeting monthly and weekly delivery schedules. The BPA will be valid for a period of five years. The basis of award is best value. A quote which represents best value is one that conforms to the Government's requirements at a reasonable and competitive price. The Government intends to establish a BPA with one or more vendors who respond with all required submissions on time, whose past performance does not pose a risk to the Government, and whose quote represents the best value to the Government. Please note this action is for a BPA, which is a streamlined method for acquiring services on an as-needed basis, via issuance of a BPA call order using qualified sources; this eliminates the need for repetitive and costly procurement actions. There is no minimum or maximum guaranteed order quantity or dollar value. The Government does not intend to pay for any information provided under this notice. All firms or individuals responding must be meet all standards required to conduct business with the Government, and be in good standing. All qualified responses will be considered by the Government. The Government reserves the right to request a site visit with any firm submitting a response. Failure to comply with a site visit may result in disqualification from consideration. In addition to providing delivery pricing for this solicitation, each vendor must include a description of capabilities and a statement as to how the vendor intends to meet the Government's variable delivery requirement. The basis for consideration of prospective vendor quotes is the cost to deliver, with the understanding that cost of goods delivered will be in addition and will vary according to order size and items ordered. Deliverables are expected to be on a monthly and weekly schedule, and will be delivered to locations within Camp Williams Utah, 17800 South Camp Williams Road, Riverton, UT 84062. Any vendor desiring to be considered for a BPA must submit their company's capabilities, rate schedule document, and point of contact information. Provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 9:00am (Mountain Standard Time), 5 Dec 2013. All submission may be sent to: otha.b.henderson.mil@mail.mil. Any questions regarding this requirement may also be directed to this email. Responses received after the stated deadline will be considered non-responsive. The following provisions and clauses are applicable to the solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - Restrictions on Subcontractor Sales To The Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontracting Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Terms and Condition - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.21906 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - limitations on Subcontracting FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates For Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts). FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contract Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (ALT 1) - Changes - Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services) (Short Form) FAR 52.252-1 - Provision Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Statues of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE 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 Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM data base prior to award. Lack of SAM registration shall be a determining factor for BPA award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register. Additional Information Contracting Office Address: USPFO for Utah 12953 S. Minuteman Drive Draper, UT 84020 Place of Performance: USPFO for Utah 12953 S. Minuteman Drive Draper, UT 84020 Point of Contact: 1LT Otha Henderson
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8P-3317-0901/listing.html)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
 
Record
SN03236363-W 20131120/131118234239-078f3916f6d20427c728e33ca4e55235 (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.