Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2015 FBO #4880
SOLICITATION NOTICE

89 -- Bottled Water - Tucson Sector Border Patrol - Package #1

Notice Date
4/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
20085511
 
Archive Date
4/25/2015
 
Point of Contact
Tammie Crow,
 
E-Mail Address
tammie.crow@cbp.dhs.gov
(tammie.crow@cbp.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Form BPA Price Sheet Statement of Work (SOW) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 20085511 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 312112 - Bottled Water Manufacturing with a Small Business Size Standard of 500 Employees. This is a total Small Business Set-Aside Competition and only qualified offerors may submit quotes. The U.S. Customs and Border Protection (CBP), Office of Border Patrol (OBP), Tucson Sector (TCA) has a requirement for the delivery of bottled water to various Border Patrol locations throughout southern Arizona. The sizes and quantities of bottled water may increase or decrease due to changes in apprehensions. The locations are subject to change based on operational needs of OBP. CBP intends to establish a single-award Blanket Purchase Agreement (BPA) to fulfill this requirement; however, the Government reserves the right to not award a BPA and does not guarantee any order placements. The resultant award will be for a period of five (5) years with an aggregate total Not-To-Exceed ceiling amount of $950,000.00. The Government anticipates award of a BPA within seven (7) days of receipt of quotes. The Government is obligated only to the extent of the authorized purchases made under the BPA. The contractor will deliver water at a fixed price per bottle. It is anticipated that the first delivery of water may be required within 24 hours of award date. A single-award BPA contract will be made to the offeror that provides the Lowest Priced Technically Acceptable (LPTA) quote. The Government reserves the right to award without Discussions. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, they may do so through the SAM website at https://www.sam.gov/. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must complete the listed representations and certifications in the SAM website at https://www.sam.gov/. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.-204-10, 52.209-5, 52.209-6, 52.209-7, 52.209-9, 52.209-10, 52.214-34, 52.214-35, 52.216-24, 52.217-6, 52.217-8, 52.217-9, 52.219-1, 52.219-6, 52.219-8, 52.219-9, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 552.222-41, 52.222-42, 52.222-43, 52.222-50, 52.222-54, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.225-18, 52.225-25, 52.232-1, 52.232-30, 52.232-33, 52.232-36, 52.232-39, 52.233-2, 52.233-3, 52.233-4, 52.242-15, 52.243-1, 52.244-6, 52.247-15, 52.252-1. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far. 52.216-1 Type of Contract The Government contemplates award of a Firm-Fixed Price BPA resulting from this solicitation. Attachments Statement of Work (SOW) BPA Price Sheet Past Performance Form Evaluation Criteria A single-award BPA will be made to a responsive offeror, whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). Price: Lowest price shall be determined by adding the price for each size bottle of water per location per year, in the attached BPA Price Sheet, for all five (5) years proposed by the offeror. The 'Grand Total All 5 Years' will used to rank the lowest price. Technical: To determine technical acceptability, the offeror must be able to deliver all size bottles of water to at ALL locations required per the attached SOW and must be able to make first delivery within 24 hours of award. Past performance: Past performance will be used to determine risk to the Government. The Government may obtain past performance information from other than the sources identified by the offeror. The Government reserves the right to award without Discussions. Proposal Instructions Offerors must complete the BPA Price Sheet.xls and Past Performance References.docx attachments to be considered for award. The BPA Price Sheet requires the offeror to provide a price for each size bottle of water per location per year. Prices quoted must reflect the total price (including any taxes and/or fees) to the Government. The Past Performance Information requires the offeror to provide past performance references. Offerors shall provide not more than two (2) references where the offeror has performed similar requirements in the past three (3) years. Question Submissions All questions in response to this solicitation must be submitted electronically (via email) to Tammie Crow at tammie.crow@cbp.dhs.gov no later than April 7, 2015 at 12:00pm Eastern Time. This will enable CBP to post the questions and answers in a timely manner to FEDBIZOPPS and allow offerors to complete their quotes. Questions not received by April 7, 2015 at 12:00pm Eastern Time will not be considered. Proposal Submissions The quotes in response to this solicitation must be submitted no later than April 10, 2015 at 11:00am Eastern Time. Any quotes received after April 10, 2015 at 11:00am Eastern Time will not be considered. All quotes shall be sent electronically to Tammie Crow at tammie.crow@cbp.dhs.gov. All attachments shall be in Microsoft Word, Microsoft Excel or PDF format. The email subject line shall include the Solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20085511/listing.html)
 
Place of Performance
Address: Various geographically separated locations throughout southern Arizona (See Statement of Work), Arizona, United States
 
Record
SN03688741-W 20150405/150403234327-6dc0e61f1f2c91f9c7122883989aa832 (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.