Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,2000 PSA#2553

USPFO for Michigan, Contracting Office, 3111 W. Saint Joseph St., Lansing, MI 48913

89 -- BAKERY PRODUCTS SOL DAHA20-00-T-0002 DUE 032200 POC Kari Churchill, Purchasing Agent, (517)483-5904 E-MAIL: Click here to contact the purchasing agent via e-mail, churchillka@mi-arng.ngb.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is DAHA20-00-T-0002, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 97-15 and Defense Acquisition Circular Number 20000210 Edition. This solicitation is 100% set-aside for small business. The standard industrial classification code is 5461 with small business standard of 500 employees or less. Description of commodity: Various bakery products for the period of early April 2000 through 30 September 2000. Offer to be firm fixed-price on the following items: Line Item 1) 1500 Loaves Bread, Rye, Sliced, 1 Lb Loaf; Line Item 2) 1500Loaves Bread, Multi Grain, Sliced, 1 Lb Loaf; Line Item 3) 5000 Loaves Bread, Texas, Sliced, 1 Lb Loaf; Line Item 4) 4000 Loaves Bread, White, Sliced, 1 Lb Loaf; Line Item 5) 300 Packages Buns, Hoagie/Submarine Buns 16 count; Line Item 6) 1000 Packages Rolls, Hamburger, Wheat, 8 count.; Line Item 7) 1000 Packages Buns, Hot Dog, 16 count; Line Item 8) 3000 Packages Rolls, Brown & Serve, 12 count; Line Item 9) 12,000 Loaves Bread, Whole Wheat, Sliced, 1 Lb Loaf; Line Item 10) 4000 Loaves Bread, French, 1 Lb Loaf. Above quantities are estimates only. Actual usage should not be less than 70% of estimate. The following FAR provisions and clauses apply to this solicitation: 52.211-16, Variation in Quantity, with 0% variation allowed; 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions of Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (Evaluation factors being price, delivery, prior performance, and ability to meet Government requirements with each being equally considered in the evaluation process); 52.212-3, Offeror Representations And Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Deviation); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action For Disabled Veterans And Veterans of the Vietnam Era; 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-37, Employment Reports on Disabled Veterans And Veterans Of The Vietnam Era; 52.225-11, Restrictions On Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation: 252.204-7004, Required Central Contractor Registration; 252.212-7001(Dev), Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.217-7018, Change in Plant Location Bakery and Dairy Products; 252.217-7019 Alt I, Sanitary Conditions Alternate I; 252.217-7022, Code Dating; 252.217-7023, Marking; 252.225.7000, Buy American Act-Balance of Payments Program Certificate: 252.225-7001, Buy American Act-Balance of Payments. Copy of provisions and clauses are available on the Internet at http://farsite.hill.af.mil. Successful offeror must: 1) Be able to respond with deliveries to orders with a 24 hour lead time, 2) Make deliveries around 7:00 A.M. to Bldg 560 Camp Grayling, Grayling, MI, 3) Provide own off-loading equipment, 4) Provide immediate notification of non-stock items (not wait until time of physical delivery) Food shall be obtained from sources that comply with military requirements(para 2-3 AR 40-657) and the FDA Food Code, 1997 & 1999. All food establishments and distributors are subject to the sanitary approval and surveillance considered necessary by the Armed Forces. Hazard Analysis and Critical Control Point (HACCP) plans are not mandatory but highly encouraged. Deliveries are required on Mondays, Wednesdays and Fridays from 1 June 2000 through 30 August 2000. For the remaining time deliveries would be on an as-needed basis. All delivery requirements are subject to change. The Government reserves the right to reject any delivery that does not meet specifications and is not of usable quality. Quantities/size of orders will vary. Offerers must have a valid DUNS Number (1-800-333-0505); must be able to receive payments via Electronic Funds Transfer (EFT/Direct Deposit); be registered with the Central Contracting Registry (CCR) (web address for registration: http://ccr.edi.disa.mil); and must provide three (3) customer references with business name, point of contact with telephone number. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000. Required information, completed offer and descriptive literature, to include weight of each loaf and weight and count per package of buns, may be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Kari Churchill, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time, 22 Mar 2000. All responsible sources may submit an offer, which shall be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Questions may be addressed to Kari Churchill at (517)483-5904. Posted 03/07/00 (W-SN431915). (0067)

Loren Data Corp. http://www.ld.com (SYN# 0283 20000309\89-0001.SOL)


89 - Subsistence (Food) Index Page