SOLICITATION NOTICE
99 -- POTABLE BOTTLED WATER SERVICE - Statement of Work
- Notice Date
- 4/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 454390
— Other Direct Selling Establishments
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-16-R-1038
- Archive Date
- 5/4/2016
- Point of Contact
- Michael E. Zanowicz, Phone: 9737242896
- E-Mail Address
-
michael.e.zanowicz.civ@mail.mil
(michael.e.zanowicz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK This is a combined synopsis / solicitation W15QKN-16-R-1038 for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. A written solicitation will not be issued as this announcement constitutes a solicitation for proposals. This solicitation and any resultant award will be processed in accordance with FAR 13 Simplified Acquisition Procedure. The U.S. Army, Army Contracting Command- New Jersey, Joint Armaments Center, Picatinny Arsenal, NJ 07806-5000, on behalf of The Public Works Directorate/Environmental under the Installation Management Command U.S. Army Garrison at Picatinny Arsenal, New Jersey, is conducting Market Research to locate companies interested in providing potable bottled water service. The requirement is to provide 5 gallon bottled water that meets all the attached Statement of Work (SOW) requirements: (See attachment). Interested parties responding to this announcement shall submit their proposal in accordance to FAR 52.212-1. Submission of Proposal shall include the following: technical, delivery / schedule, and price exclusive of 1 year warranty: All pricing quoted shall be F.O.B. Destination. Respondents shall have a valid registration in System for Award Management (S.A.M.) and have a valid registration in the Online Representatives and Certification Application. The website for SAM is https//www.sam.gov. The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) provisions / clauses are applicable and are incorporated by reference: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items-Commercial Items, Applies to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. The applicable clauses listed within 52.212-5 are: 52.203-6 Alt 1, 52.204-10, 52.219-28, 52.222-3, 52.222-19. 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33/ FAR Clause 52.246-4 (Fixed price) Inspection of Services. DFARS Clause 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commercial Items applies to this acquisition. The applicable clauses listed within 252.212-7001 are: 52.203-3, 252.203-7000, 252.225-7036 Alt 1, 252.227-7015, 252.227-7037, 252.232-7003, 252.247-7023 Alt III. Additional applicable DFARS clauses are 252.211-7003 and 252.232-7010. The provisions and clauses can be found at FAR website: http://arnet.gov/far/ and DFARS website: www.acq.osd.mil/dpap/dars/dfars/index.htm. Respondents are required to provide their Contractor's DUNS Number and Commercial and Government Entity. 52.252-2-Clauses incorporated by Reference. This contract incorporates one or more clauses by reference, within 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 this address: The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/, DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, Respondents are required to provide their Contractor DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The Cage code entered shall be for the name and address provided by the contractor. Applicable local Clauses: ARDEC 30 Acceptance ARDEC 31 Government property Quality Assurance Actions ARDEC 59 Payment ARDEC 68 Identification of Contractor Employees (Dec 05) ARDEC 163 Disclosure of Unit Price Information JM&L 182 Army Electronic Invoicing Instructions JM&L 191 Electronic & Non-Electronic Proposal Submission Requirement (July 2009) The Government plans on awarding a base year plus 4 option years. Single Firm Fixed Price Purchase Order as a result of this RFQ. The evaluation of quotes will be conducted utilizing the Lowest Priced Technically Acceptable evaluation approach. Award will be made to the contractor whose overall quote is the lowest priced and meets the requirements of the Statement of Work (SOW). Under this evaluation approach, a quote would not receive any additional credit for exceeding the requirements of the SOW. The Government intends to evaluate quotes and award a contract without discussions with respondents submitting quotes. Only One Quote per contractor will be accepted. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Please submit quotes and or questions regarding this RFQ to Michael Zanowicz, Contract Specialist, via email to michael.e.zanowicz.civ@mail.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Proposals are due no later than COB 19 April 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/190e80005dcb3ec92311d21efb2498f4)
- Record
- SN04073036-W 20160407/160405234511-190e80005dcb3ec92311d21efb2498f4 (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 |