SOLICITATION NOTICE
89 -- Bagged Ice Delivery and Ice Merchandisers - Statement of Work - Ice Requirement & Directions - DFARS Clause
- Notice Date
- 2/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 312113
— Ice Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCAS Yuma, Box 99133, Yuma, Arizona, 85369-9133, United States
- ZIP Code
- 85369-9133
- Solicitation Number
- M62974-14-T-1004
- Archive Date
- 3/15/2014
- Point of Contact
- Crystal A Poole, Phone: 9282692790
- E-Mail Address
-
crystal.poole@usmc.mil
(crystal.poole@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- DFARS 252.209-7994 Ice Requirement and Directions SOW 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 M62974-14-T-1004. 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. The applicable NAICS code is 312113, this is an unrestricted procurement. 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, location and 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 11,852 bags without written authorization from the Contracting Office. Qty: 11,852 Bags POP: 10 March 2014 - 23 May 2014 Points of Contact will be GySgt Lowe 928-269-2178, Capt Sission 928-269-2652, or GySgt Coffman 928-269-2686. 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: 10 March 2014 - 23 May 2014 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 driver's 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 driver's license, current vehicle insurance card, and valid vehicle registration. Base access requirements and procedures may change during the term of a contract. The contractor shall comply with all changes, and such compliance shall not be grounds for a request for an equitable adjustment or other contract modification. 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 52.247-34, 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; 52.219-6, Notice of Total Small Business Set Aside; 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; FAR 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-3, Alt I, Buy American Act Free Trade Agreements; 52.232-33, Payment by Electronic Funds Transfer; 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; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following applicable clauses for Para (b): DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.211-7003, Item Identification and valuation, and DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions. 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 (group 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 and be approved on the http://vets.amedd.army.mil/Food/approved.nsf - Federal Approved Food Sources Database. 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 and 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. 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. In accordance with FAR 52.212-1(f), proposals are due by 28 FEBRUARY 2014 AT 12:00 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): crystal.poole@usmc.mil Each emailed quote and attachment size may not exceed five (5) megabytes. MAIL: I & L Contracting Attn: Crystal Poole P.O. Box 99133 MCAS Yuma, AZ 85369-9133 HAND DELIVERY: I & L Contracting Attn: Crystal Poole Bldg. 328 W - RM 205 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. All transmissions must clearly state the RFQ number and the name of the contracting officer on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(f), concerning late submissions. Offerors are responsible for allowing adequate time for transmission to be completed. The offeror bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the proposal received. Only written quotes are acceptable and must be received and identified by RFQ M62974-14-T-1004 by 12:00 P.M (Mountain Standard Time-AZ) on 28 FEBRUARY 2014. Contact CRYSTAL POOLE, 928-269-2790 FOR INFORMATION REGARDING THIS SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62974/M62974-14-T-1004/listing.html)
- Place of Performance
- Address: Arizona and California Deliveries, Yuma, Arizona 85369, United States, United States
- Zip Code: 85369
- Zip Code: 85369
- Record
- SN03296346-W 20140227/140225234839-3bd3bde0acb7c68777b6a96c988d5cb1 (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 |