Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2017 FBO #5563
SOLICITATION NOTICE

13 -- Sugar, Powdered, Type 1, Style C - Powdered Sugar Attachments

Notice Date
2/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311314 — Cane Sugar Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W51P1J-17-T-PWDR
 
Archive Date
4/26/2017
 
Point of Contact
Cindy S. Witherspoon, Phone: 3097826760, Emily A. Kundel, Phone: 3097827905
 
E-Mail Address
cindy.s.witherspoon.civ@mail.mil, emily.a.kundel.civ@mail.mil
(cindy.s.witherspoon.civ@mail.mil, emily.a.kundel.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 0002 - Commercial Clause Addendum Attachment 0001 - Price Matrix - Powdered Sugar This is a combined synopsis/solicitation for a commercial item 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; a written solicitation will not be issued. This synopsis/solicitation is issued using Simplified Acquisition Procedures pursuant to FAR Part 12.603, Streamlined Solicitation for Commercial Items. The Army Contracting Command - Rock Island hereby issues a combined synopsis/solicitation Request for Quote (RFQ) W52P1J-17-T-PWDR for the procurement of the following: CLIN 0001: Sugar Powdered, Type 1, Style C in accordance with Commercial Item Description A-A-20135E dated 3 June 2015. Material Safety Data Sheet (MSDS) and Certificate of Analysis (COA) is required for each shipment. Each lot shall be accompanied by test data and report indicating performance data as requested in purchase description (CDRL A001). This requirement is issued as a 100% Small Business Set Aside with size standard for small business of 1,000 employees. The applicable NAICS code is 311314. Inspection and Acceptance is Destination. FOB point is Destination to Pine Bluff Arsenal. The result of this synopsis/solicitation will be a 5-year Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract with an approximate maximum quantity of 375,000 pounds of CLIN 0001. The guaranteed minimum quantity is 45,000 pounds to be awarded concurrently against Delivery Order 0001. The Government is under no obligation to place subsequent orders after the award of the guaranteed minimum quantity. With the exception of the guaranteed minimum contract quantity to be awarded on Delivery Order 0001, the Government's projected order quantities are estimates only and based on the best available information to date. Ordering Periods (OP) are as follows: OP 1: 1 year - from Date of Award - 31 December 2017 OP 2: 1 year - 1 January 2018 - 31 December 2018 OP 3: 1 year - 1 January 2019 - 31 December 2019 OP 4: 1 year - 1 January 2020 - 31 December 2020 OP 5: 1 year - 1 January 2021 - 31 December 2021 CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM MINIMUM MAXIMUM MAXIMUM QUANTITY AMOUNT QUANTITY AMOUNT 1,000 - 375,000 - DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM MINIMUM MAXIMUM MAXIMUM QUANTITY AMOUNT QUANTITY AMOUNT 1,000 - 75,000 - CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. MINIMUM MINIMUM MAXIMUM MAXIMUM CLIN QUANTITY AMOUNT QUANTITY AMOUNT 0001 1,000 - 75,000 - Offerors shall provide a completed Price Matrix (Attachment 0001). Firm unit prices shall be provided for all quantities, and quantity ranges. Proposed unit prices shall be limited to two (2) decimal places. The following instructions are for completion of the Price Matrix. a) The Offeror shall fill in all information highlighted in grey. b) The Offeror shall enter its full name and Cage Code in the spaces provided. c) Offerors are required to propose binding, firm-fixed unit prices, as applicable. Failure to do so may result in the offer being rejected. d) Offerors shall not make any changes or add any other information to the Price Matrix. e) If an Offeror fails to propose prices for all quantity ranges and years the Government may reject that offer as unacceptable. DELIVERY: See Attachment 0002 - Commercial Addendum, FAR 52.211-8 TIME OF DELIVERY for Delivery Schedule Delivery shall be sent FOB Destination to following address: Pine Bluff Arsenal 504th St, Bldg 53 990 Central Receiving Pt. Pine Bluff, AR 71602 SPECIAL PACKAGING/TRANSPORTATION REQUIREMENTS: Packaged in 50 pound bags with polyethylene liner. Bags shall be palletized. This contract is a rated order under Defense Priorities and Allocations System (DPAS) (15 CFR 700) with an assigned rating of DO-A6. For Delivery orders issued against the contract resulting from this combined synopsis/solicitation, the payment will be made by DFAS, via Wide Area Workflow (WAWF). List of Attachments: Attachment 0001 - Price Matrix Attachment 0002 - Commercial Clause Addendum The solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, dated 19 Jan 2017. The following FAR provisions apply to this procurement: FAR Clause 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition, with below addendum Notice to Offerors to the provision. FAR Clause 52.212-2, Evaluation- Commercial Items applies to the acquisition. The evaluation factor will be Price. The offeror with the lowest total evaluated price will receive the award. FAR Clause 52.212-3 with its Alternate I paragraphs (c) through (o), Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition, with below addendum Notice to Offerors to the provision. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Within this clause, the following additional FAR clauses as cited are applicable to this acquisition: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). FAR Clause 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). FAR Clause 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). FAR Clause 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). FAR Clause 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). FAR Clause 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). FAR Clause 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). FAR Clause 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR Clause 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). FAR Clause 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). FAR Clause 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). FAR Clause 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.13513). FAR Clause 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). FAR Clause 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Offeror price quotation will remain valid for sixty (60) days. Quotations are due no later than 2:00pm Central Time, 15 March 2017. Quotations should include a completed copy of this combined synopsis/solicitation and Commercial Clause Addendum, and shall be provided ONLY by email to Ms. Cindy Witherspoon at cindy.s.witherspoon.civ@mail.mil. Clearly identify the Solicitation Number and company point of contact (email and phone number) on your submittal. Government POC is Ms. Cindy Witherspoon, CCRC-IS, 309-782-6760 or Ms. Emily Kundel, CCRC-IS, 309-782-7905.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b75ac999b46f9f0a45bb27562560a826)
 
Record
SN04401186-W 20170215/170214101126-b75ac999b46f9f0a45bb27562560a826 (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.