Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

89 -- 89 - Diary for Pueblo Pintado Community School

Notice Date
7/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311511 — Fluid Milk Manufacturing
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A17PS01026
 
Response Due
7/26/2017
 
Archive Date
8/10/2017
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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. Solicitation No. A17PS01026 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This acquisition is set aside for Small Business. The NAICS Code is 311511, Standard size 1,000. DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to deliver Dairy Products weekly from date of award through June 30, 2018, orders will made by authorized Government personnel only and in accordance with FAR Clause 52.232-18, Availability of Funds (April 1984). THE DELIVERY TRUCK REFRIGERATION TEMPERATURE MUST BE BETWEEN 35 DEGREE TO 40 DEGREES, IN ORDER TO OBTAIN THE MAXIMUM LIFE OF THE DAIRY PRODUCTS. ALL PRODUCTS SHALL BE FRESH AT THE TIME OF DELIVERY AND SHALL BE INSPECTED AND ACCEPTED BY THE GOVERNMENT STAFF AND NOTATION OF ANY DAMAGED ITEMS. ALL DAMAGED ITEMS SHALL BE REPLACED AT NO ADDITIONAL COST TO THE GOVERNMENT. DELIVERIES SHALL BE REQUESTED WEEKLY BY THE AUTHORIZED INDIVIDUALS, AND INVOICED WEEKLY. ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES: THE CONTRACTOR SHALL PROMPTLY NOTIFY THE CONTRACTING OFFICER OF THE AMOUNT AND EFFECTIVE DATE OF EACH DECREASE OR INCREASE OF ITEMS LISTED ON LINE ITEMS BELOW. THE AGGREGATE OF THE DECREASE/INCREASE OF EACH LINE ITEMS IN THIS CONTRACT IN ACCORDANCE WITH FAR CLAUSE 52.216-2, SHALL NOT EXCEED 10 PERCENT OF THE ORIGINAL CONTRACT UNIT PRICE. All interest offerors shall include all-inclusive costs for the requirement; including but not limited to all applicable taxes and FOB shipping cost. PUEBLO PINTADO COMMUNITY SCHOOL HCR 79 Box 80 CUBA, NEW MEXICO 87013 TELEPHONE: 505 655-3341 Item Description Qty 1) 1/2 pint, fat free milk, 50/Case, 70,000 cases x $________ per case = $________ 2) 1/2 pint 1% lowfat milk, 50/Case, 90,000 cases x $________ per case = $________ 3) 1/2 pint, fat free chocolate milk, 50/Case, 50,000 cases x $________ per case = $________ 4) 3 oz. cups ice cream, 14 cases a week 24 counts, 3,000 cases. x $________ per case = $________ Applicable Taxes $ _______________ Delivery $ _________________ TOTAL $___________________ Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. This will be a Fixed Price Contract with Economic Price Adjustments. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.2013, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.22237, Employment Reports on Veterans; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ; DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.250-4) are required to be considered for award. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by, July 26, 2017, 12:00 PM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382. All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS01026/listing.html)
 
Record
SN04589902-W 20170723/170721234830-0f836a50a7c2a6e542d1e355e20341cc (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.