COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,2000 PSA#2669 USDA, Forest Service, P.O. Box 25127, Lakewood, CO 80225 89 -- DIARY PRODUCTS SOL RFQ RMAST-00-151 DUE 090400 POC F. Robert
Ribail, ph. (303) 275-5223 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Subpart 12.6
of the Federal Acquisition Regulations (FAR), as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. The solicitation number is RFQ
RMAST-00-151 and this solicitation is issued as a Request for Quote
(RFQ). The Standard Industrial Classification is 5143, and the small
business size standard is 100 employees. The USDA Forest Service
intends to enter into a one year, firm-fixed-price, requirements type
supply contract for the following dairy products: 1). Milk, whole, 1
gallon containers, estimated yearly quantity 1,000, 2.) milk, whole
pint containers, estimated yearly quantity 120,000, 3.) milk, low fat
1% in one-half pint containers, estimated yearly quantity 20,000, 4.)
flavored milk (chocolate) one-half pint, estimated yearly quantity
50,000, 5.)buttermilk, 1 quart container, estimated yearly quantity
300, 6.) cottage cheese, 5-lb containers, estimated yearly quantity
400, 7.) ice cream, assorted flavors, 5 oz cups (24 -- 5oz cups per
carton), estimated yearly quantity 500 dz, 8.) ice cream, assorted
flavors, 3 gallon containers, estimated yearly quantity 30, 9.) ice
cream cones (size 400) 100 per box, estimated yearly quantity 20, 10.)
sour cream (5 lb container), estimated yearly quantity 200, 11.) Lime
sherbet (3 gallon containers), estimated yearly quantity 30, 12.)
pineapple Sherbet (3 gallon container), estimated yearly quantity 30
each, 13.) whipped cream topping (15 oz container), estimated yearly
quantity 24 and 14.) egg nog (quarter containers), estimated yearly
quantity 64. All products must meet applicable State and Federal
Standards, Dairy Products: U.S. Grade A. Funds are obligated each time
an individual order is placed and not by the contract itself. Any
supplies to be furnished under this contract shall be ordered by
issuance of orders against the established purchase order. No partial
deliveries authorized without written approval of the contracting
officer. The telephone contact for this acquisition is F. Robert
Ribail, Contracting Officer at 303 275-5223. In accordance with FAR
52.216-19 ORDER LIMITATIONS, the minimum order limitation for each line
item is $100 per order When the Government requires these items in a
quantity of less than 100 per order, the Government will not be obliged
to purchase, nor will the contractor be obliged to furnish these items
under the contract. The maximum order limitation for each line item is
no limit. The contractor will not be obliged to honor any order for
these items in a quantity of more than (not applicable) for each line
item. Also the contractor will not be obliged to honor a series of
orders for this part from the same ordering office within 20 days that
together call for quantities exceeding (not applicable) for each line
item. However, the contractor shall honor orders exceeding the maximum
order limitations unless the order (or orders) is returned to the
ordering office within seven days after issuance with a written
statement expressing the contractor's intent not to ship and the
reason. In accordance with FAR 52.216-18 ORDERING, orders may me issued
under the resulting contract from the date of award through one year
thereafter. In accordance with FAR 52.216-21 REQUIREMENTS, the
contractor shall not be obligated to make deliveries under this
contract after 2 days beyond the contract expiration date. Delivery
shall be FOB Destination to Flatwoods Civilian Conservation Center,
2803 Dungannon Road, Coeburn, Virginia. The Center is located
approximately 4 miles south of Coeburn on State Route 72. Required
delivery: Individual orders will be placed with the Contractor at least
24 hours in advance of the required delivery time. Orders may be placed
verbally with the delivery person for the next delivery or by phone to
the contractor. All deliveries will be made between the hours of 8:00
AM and5:00 PM, Monday through Saturday only to the Center Mess Hall.
FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to this
acquisition. Offerors must include a completed copy of FAR 52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS . The
following clauses also apply to this solicitation: 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 addition, the following are
applicable:, FAR 203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE
GOVERNMENT, ALTERNATE I. FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER
-- DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER FAR 52.219-6 NOTICE
OF TOTAL SMALL BUSINESS SET-ASIDE. In accordance with FAR 52.215-5
FACSIMILE PROPOSALS, facsimile proposals will be accepted and shall be
addressed to F. Robert Ribail, Contracting Officer, FX 303 275-5299.
Quotes should be submitted on the Standard Form 1449 or on letterhead
stationary. The due date and time for receipt of quotes is 2:00 p.m.
Mountain Standard Time on September 4, 2000. All quotes must reference
the solicitation number and the due date for receipt of quotes. In
addition to this, each quote must contain the name, address and
telephone number of the offeror as well as any discount terms that are
offered and the remit to address (if different from the mailing
address). If offer is not submitted on Standard Form 1449, it must
include a statement specifying the extent of agreement with all terms
and conditions of this solicitation. Any proposals that reject the
terms and conditions of this solicitation or do not include the
certifications and representations contained in FAR 52.212-3 may be
excluded from consideration. All quoters must hold their prices firm
for 60 calendar days from the due date specified for receipt of
proposals. Incremental pricing will not be accepted. Any amendments
hereby issued to this solicitation will be synopsized in the same
manner as this solicitation and must be acknowledged by each offeror.
Any quotes or modifications to quotes received after the specified due
date for receipt of proposals will not be considered. The Government
will award a contract resulting from this solicitation to a responsible
offeror whose proposal conforms to the solicitation and is considered
most advantageous to the Government. Price shall be evaluated by
multiplying each offeror's proposed unit price by the estimated maximum
taking into consideration any applicable Buy American differentials.
Discounts for early payment, if offered, will not be considered in the
evaluation for award. Contractor shall price each item separately.
Award will be made on the basis of low overall price. Only one award
will be made. This procurement is set aside 100% for small businesses.
Offerors shall specify business size and classification as required in
FAR 52.212-3. All clauses and provisions referenced in this
announcement may be accessed at the following website:
http://www.gsa.gov/far/current. NO CALLS PLEASE. See Note 1.*****
Posted 08/18/00 (W-SN487802). (0231) Loren Data Corp. http://www.ld.com (SYN# 0309 20000822\89-0002.SOL)
| 89 - Subsistence (Food) Index
|
Issue Index |
Created on August 18, 2000 by Loren Data Corp. --
info@ld.com
|
|
|