SOLICITATION NOTICE
89 -- BAGGED ICE FOR CAMP SHELBY, MISSISSIPPI
- Notice Date
- 5/26/2022 1:12:17 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 312113
— Ice Manufacturing
- Contracting Office
- W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
- ZIP Code
- 39232-8861
- Solicitation Number
- W9127Q-22-R-0006
- Response Due
- 6/9/2022 12:00:00 PM
- Archive Date
- 06/24/2022
- Point of Contact
- Davis Scott, Lisa Anguizola
- E-Mail Address
-
davis.c.scott2.civ@army.mil, lisa.a.anguizola.civ@army.mil
(davis.c.scott2.civ@army.mil, lisa.a.anguizola.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION W9127Q-22-R-0006 USPFO for MISSISSIPPI NATIONAL GUARD Troop Issue Subsistence Activity (TISA) � Camp Shelby, MS 39407 General: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, Streamlined Solicitation for Commercial Products or Commercial Services, as supplemented with additional information included in this notice and in the accompanying attachments. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-22-R-0006 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 01 May 2022 and the Defense Federal Acquisition Regulation effective 28 April 2022. This is a 100% small business set-aside. This request for quotation is issued under NAICS Code 312113 (FSC/PSC 8960), Ice Manufacturing. The small business size standard is 750 employees. The Government contemplates an award of a firm fixed price requirements contract resulting from this solicitation. All responsible sources may submit a quote, which if received timely, will be considered by the USPFO-MS Purchasing and Contracting Office located in Flowood, MS. All applicable Clauses and Provisions incorporated by reference may be accessed via the Internet www.acquisition.gov See Attachment 1. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the Offeror's responsibility to ensure their quote meets all the requirements identified herein as well as the accompanying Attachments. It is the responsibility of the interested parties to review this site frequently for any updates/amendments to this solicitation. Scope: Mississippi Army National Guard, CAMP SHELBY JOINT FORCES TRAINING CENTER (CSJFTC) in Camp Shelby, MS is requesting BAGGED ICE. Requirement is for 20lb. Bags (preferred). If 20lb. bags are not available, 16lb. bags are acceptable. See Statement of Objectives, Attachment 2, for full details. However, price quoted should be by the pound and extended per the bag size; price will be evaluated by the pound. Annual usage is estimated at approximately up to 50,000 - 20lb. bags of ice, or 60,000 - 16lb. bags of ice for each year. This estimate is based on historical data. The Government makes no guarantee as to minimum or maximum quantity that will be ordered and received. Submission: Quote must be on vendor letterhead in the format indicated in the Table 1 below. See the Statement of Objectives for full requirement details. Quotes are due no later than 2:00 pm., CST, Thursday, 09 June 2022. Submit quotes via email to both Lisa D. Anguizola, Contracting Officer, at lisa.d.anguizola.civ@army.mil and to Davis Scott, Contract Specialist, at davis.c.scott2.civ@army.mil. Quotes can also be mailed/hand delivered to: USPFO-MS-PC Attn: Davis Scott/Anguizola 144 Military Drive Flowood, MS 39232-8861 However, quotes must be physically received in the office of the USPFO by the date and time stated above. Should offerors require additional clarification or have any questions regarding this requirement, they shall be submitted in writing by email, addressed to both Lisa D. Anguizola and to Davis Scott at the addresses provided above NLT than three days prior to RFQ closing date (06 June 2022). All offerors must include Fed Tax ID #, Cage Code, and the Unique Entity Identifier (UEI). All potential offerors must be registered in the System for Award Management (www.SAM.gov) to be considered eligible for award. Offering must include shipping and handling charges based on F.O.B. Destination. Delivery will be made to: CAMP SHELBY JOINT FORCES TRAINING CENTER Building 187 Troop Issue Subsistence Activity (TISA). 1st Street; Camp Shelby, MS 39407 TABLE 1: Quote Format See Attachment 3 The successful offeror/awardee must be approved in the DoD Directory of Sanitarily Approved Food Establishments for Armed Forces Procurement. As such, the successful offeror/awardee may need to undergo a facility inspection with a successful report by the United States Army Public Health Center before a contract is awarded. All furnished ice shall be harvested, housed, handled and/or manufactured under sanitary conditions. Period of Performance is for a base year and four (4) option years. The actual PoP may vary from the anticipated PoP due to inspection and certification scheduling from the United States Army Public Health Center. PoP shall be defined upon contract award; PoP dates for solicitation purposes are estimates. Evaluation Criteria: The award will be made based on lowest price technically acceptable. The lowest total price (all years added together) per pound of ice for offers meeting or exceeding the technical acceptability standards, shall be awarded this contract. To be considered Technically Acceptable, offerors must meet the requirements described above and in the Statement of Objectives, Attachment 2. Evaluation of options will not obligate the Government to exercise the options. Exercising the option periods will be determined 60 days prior to current year expiration. Contract award will be made without discussions. The successful offeror must provide proof of sanitarily approved in the DoD Directory of Sanitarily Approved Food Establishments for Armed Forces Procurement. Please note the FAR and DFARS provisions and clauses listed in Attachment 1 that are incorporated by reference (IBR) as well as those presented in full text, shall apply to this Combined Synopsis/Solicitation and the resulting contract. The provisions and clauses listed in Attachment 1, can be accessed at https://www.acquisition.gov. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003 (DEC 2018), apply to this requirement. Additionally, for vendors to be paid, all vendors must use the E-invoicing known as the Wide Area Work Flow (WAWF) as prescribed by DFARS 252.232-7006 (DEC 2018).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb7e732dfa604a4fa5141858dd7f9414/view)
- Place of Performance
- Address: Hattiesburg, MS 39407-5500, USA
- Zip Code: 39407-5500
- Country: USA
- Record
- SN06340499-F 20220528/220526230104 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |