Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

89 -- First Quarter FY 2019 SUBSISTANCE, MEAT, AND POULTRY - FY 2019 SUBSISTENCE, MEAT, POULTRY

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Three Rivers, PO Box 4000, Hwy 72 West, Three Rivers, Texas, 78071
 
ZIP Code
78071
 
Solicitation Number
15B51618Q00014
 
Archive Date
12/31/2018
 
Point of Contact
Carrie B. Harmon, Phone: 3617868694, Rob Barnes, Phone: 3617863576
 
E-Mail Address
cbharmon@bop.gov, rjbarnes@bop.gov
(cbharmon@bop.gov, rjbarnes@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MENU ITEMS SUBSISTENCE, MEAT, POULTRY 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The Federal Bureau of Prisons, Federal Correctional Institution, Three Rivers, TX intends to award a firm-fixed price contract to a responsible business entity for the provision of SUBSISTANCE, MEAT, AND POULTRY Solicitation: 15B51618Q00014 General Requirements / Specifications PLEASE SEE ATTACHED FOR SPECS AND QUANTITIES PAST PERFORMANCE WILL BE CONSIDERED WHEN MAKING AWARDS ALL ITEMS WILL BE CONSIDERED ON A LINE-BY-LINE BASIS AND MULTIPLE AWARDS MAY BE MADE AS LONG AS THEY ARE IN THE BEST INTEREST OF THE GOVERNMENT TO DO SO. BIDS MARKED WITH "ALL OR NONE" REQUIREMENTS WILL BE CONSIDERED NON RESPONSIVE. ALL ITEMS MUST CONFORM TO THE BUREAU OF PRISONS NATIONAL MENU SPECIFICATIONS. ANY BIDS RECEIVED WITH ITEMS THAT DO NOT CONFORM WILL BE CONSIDERED NON-RESPONSIVE. WE RESERVE THE RIGHT TO CANCEL ANY ORDERS NOT DELIVERED IN FULL BY 1PM LOCAL TIME OCTOBER 31, 2018 WAREHOUSE DELIVERY HOURS: MON - FRI 8:00AM TO 1:00PM PDT EXCLUDING FEDERAL HOLIDAYS. DELIVERIES ARE ON A FIRST COME-FIRST SERVE BASIS (NO APPOINTMENT NECESSARY). ALL ITEMS REQUESTED IN THIS SOLICITATION CAN BE STORED IN THEIR ENTIRETY, SO A DELIVERY SCHEDULE IS NOT NECESSARY WITH THE EXCEPTION OF LINE ITEM 68 WHICH WILL HAVE TO BE DELIVERED IN 2 PARTS 6 WEEKS APART Contract Pricing: Contract pricing shall include all costs to be incurred by the Government for the food products required by this solicitation (e.g., start-up, shipping, installation, setup...etc). The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms format price standpoint. Quoters are hereby notified that an offer of contract award may be extended to the responsive/responsible quoter submitting a quote that is determined to be the BEST VALUE to the government. PAST PERFORMANCE WILL BE CONSIDERED. Multiple awards shall be made by line item if the Contracting Officer determines that in doing so it would benefit the U.S. Government. CONTRACT CLAUSES 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with 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: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested (in writing) from the Contracting Officer. 52.212-4 Contract Terms and ConditionsCommercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.232-18 Availability of Funds (APR 1984) The following clause will be incorporated into any resulting contract with applicable fill-in information as noted: 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (MAR 2007) - (b) 5, 7, 14, 15, 16, 17, 23, 31. OTHER CONTRACT TERMS AND CONDITIONS: A resultant contract will be a firm-fixed price type contract. It is anticipated that contract awards resulting from this solicitation will be made approximately FRIDAY SEPTEMBER 21, 2018 In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FCI Three Rivers, located in Three Rivers, Texas. SOLICITATION PROVISIONS:52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)This solicitation incorporates one or more provisions by reference, with 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 FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors ? Commercial Items (SEPT 2006) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision.52.212-3 Offeror Representations and Certifications ? Commercial Items (NOV 2006)52.233-2 Service of Protest (SEPT 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 2053452.237-1 Site Visit (APR 1984)Protests Filed Directly with the Department of Justice (JAR 2852.233-70)Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. The North American Industrial Classification (NAICS) code is 311999 and there will be small business set-aside used for this requirement. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (NOV 2006) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov System for Award Management Registration (September 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2 ) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code. " "Data Universal Numbering System (DUNS) number" means the 9 -digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-chatacter suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4 - character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1 ) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, as well as data required by the Federal Funding Accountability and Transparency Act o f 2006 (see Subpart 4.14) into the SAM database; (2) The Contractors CAGE code is in the SAM database; and {3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active." The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management {SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3} The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the non-procurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http;//fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local DUN and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contact when contacting the local DUN and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Trade style, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration a t least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- {A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https: //www.acguisition.gov or by calling 866-606-8220, or 334 - 206-7828 for international calls. (End of Clause) The North American Industrial Classification (NAICS) code is 311999 and there will be small business set-aside OF 500 EMPLOYEES used for this requirement. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (NOV 2006) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov All quotes must be received at the Federal Bureau of Prisons, Federal Correctional INSTITUTION, 1700 West Hwy 72, THREE RIVERS, TX 78071 no later than 9:00 AM local time on Thursday SEPTEMBER 20, 2018. Offers will be accepted by EMAIL ONLY. Offers can be emailed to Carrie Harmon, Contract Specialist, at cbharmon@bop.gov. Please Call 361-786-3576 ext 1140 with any questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/51603/15B51618Q00014/listing.html)
 
Place of Performance
Address: 1700 Highway 72 West, Three Rivers, Texas, 78071, United States
Zip Code: 78071
 
Record
SN05088424-W 20180915/180913231525-05103836aa6ae5492ab6f55eafafb99f (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  © 1994-2020, Loren Data Corp.