Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOLICITATION NOTICE

89 -- 153rd Groceries - Package #1

Notice Date
5/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Delaware, Grier Building, 1161 River Road, New Castle, Delaware, 19720-5199, United States
 
ZIP Code
19720-5199
 
Solicitation Number
W912L5-17-T-0014
 
Archive Date
6/4/2017
 
Point of Contact
Matthew B. Crouch, Phone: 3023267349, AMY KLINE, Phone: 3023267365
 
E-Mail Address
matthew.b.crouch.mil@mail.mil, AMY.L.KLINE.MIL@MAIL.MIL
(matthew.b.crouch.mil@mail.mil, AMY.L.KLINE.MIL@MAIL.MIL)
 
Small Business Set-Aside
N/A
 
Description
Grocery List 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. The solicitation number assigned to this action is W912L5‐17‐T‐0014. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the USPFO, New Castle, DE 19720. This solicitation is for full and open competition. The applicable North American Industry Classification System (NAICS) code is 311999, All other Miscellaneous Food Manufacturing with a size standard of 500 employees, FSC Code: 8900, Perishable Subsistence $10k‐ 25K. Brand name or equal is applicable. Destination pricing required. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005‐ 95 and DPN 20161222. POC 1LT Matthew Crouch, 302‐326‐7349. Award will be made based on overall best value to the government. The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm‐Fixed Price order without discussions. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer. ITEM(S) REQUIRED: Line Description Quantity Unit Issue 1 Groceries, Raw Subsistence (See attachment for list and delivery dates) 1 Ea. LINE ITEM SPECIFICS: Vendor shall provide raw subsistence groceries in quantities outlined in attachments, delivered to FT Indiantown Gap, PA. Vendor shall transport and unload food in refrigerated truck. Delivery dates are as follows: June 5,7,9, 12 and 14. See attachments for itemized grocery list. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, Company Name, Address and POC included. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204‐16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal; 52.211‐6 ‐‐ Brand Name or Equal; 52.212‐1 Instructions to Offerors ‐Commercial Items; 52.232‐18 ‐‐ Availability of Funds; 252.203‐7005 Representation Relating to Compensation of Former DoD Officials; 252.204‐7008 Compliance with Safeguarding Covered Defense Information Controls 252.204‐7011 Alternative Line Item Structure; 252.213‐7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System‐ Statistical Reporting in Past Performance Evaluations; 252.225‐7031 Secondary Arab Boycott of Israel; PROVISIONS INCORPORATED BY FULL TEXT 52.212‐2 Evaluation‐ Commercial Items; As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation ‐‐ Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capabilities to Perform Services Past Performance Price Technical and past performance, when combined, are IMPORTANT (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212‐3 Alt 1 Offerors Representations and Certifications‐ Commercial Items; Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: Black American. Hispanic American. Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). Asian‐Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). Subcontinent Asian (Asian‐Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). Individual/concern, other than one of the preceding. (End Provision) 252.225‐7000 Buy American‐‐Balance of Payments Program Certificate; Basic. As prescribed in 225.1101(1) and (1)(i), use the following provision: BUY AMERICAN‐BALANCE OF PAYMENTS PROGRAM CERTIFICATE‐BASIC (NOV 2014) (a) Definitions. "Commercially available off‐the‐shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program‐Basic clause of this solicitation. (b) Evaluation. The Government‐ (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program‐Basic clause of this solicitation, the offeror certifies that‐ (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.204‐18 Commercial and Government Entity Code Maintenance; 52.204‐21 ‐ Basic Safeguarding of Covered Contractor Information Systems; 52.209‐10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212‐4 Contract Terms and Conditions Commercial Items; 52.212‐5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev); 52.219‐4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 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 Opportunity; 52.222‐50 Combating Trafficking in Persons; 52.225‐13 Restrictions on Certain Foreign Purchases; 52.232‐18 Continuing Resolution Act; 52.232 ‐33 Payment by Electronic Funds Transfer‐Central Contractor Registration; 52.232‐40 Providing Accelerated Payments to Small Business Subcontractors; 52.233‐3 Protest after Award; 52.233 ‐4 Applicable Law for Breach of Contract Claim; 52.252‐2 Clauses Incorporated by Reference; 52.252‐6 Authorized Deviations in Clauses; 252.203‐7000 Requirements relating to Compensation of Former DoD Officials; 252.203‐7002 Requirement to Inform Employees of Whistleblower Rights; 252.204‐7012 Safeguarding of Unclassified Controlled Technical Information; 252.204‐7015 Disclosure of Information to Litigation Support Contractors; 252.211‐7003 Item Unique Identification and Valuation; 252.223‐7008 Prohibition of Hexavalent Chromium; 252.225‐7001 Buy American and Balance of Payments Program; 252.225‐7048 Export‐Controlled Items; 252.232‐7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232‐7006 Wide Area Workflow Payment Instructions; 252.232‐7010 Levies on Contract Payments; 252.244‐7000 Subcontracts for Commercial Items; 252.247‐7023 Transportation of Supplies by Sea; Questions or inquires received by telephone will not be addressed. Please submit all questions in writing by email and answers will be provided via a formal amendment to the solicitation. Quotes are to be submitted NLT 20 May 2017 11:00 am eastern time. POC for the combined synopsis solicitation is Supervisory Contracting Specialist, 1LT Matthew Crouch. All request for quotes are to be posted to FedBizOpps and/or emailed to matthew.b.crouch.mil@mail.com and amy.l.kline.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07/W912L5-17-T-0014/listing.html)
 
Place of Performance
Address: Fort Indiantown Gap Annville, Pennsylvania 17003, Annville, Pennsylvania, 17003, United States
Zip Code: 17003
 
Record
SN04498545-W 20170507/170505235125-78d3eb5d260f22014014eefd833ac286 (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.