Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS

89 -- CARBONATED AND NON-CARBONATED (0% JUICE) BEVERAGE CONCENTRATES

Notice Date
August 22, 2001
Contracting Office
Fleet Industrial Supply Center Norfolk, Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5084
ZIP Code
19111-5084
Solicitation Number
N00140-01-R-3739
Response Due
September 5, 2001
Point of Contact
J. Reinert, Contract Specialist, 215-697-9689; J. O'Sullivan, Contracting Officer, 215-697-9680
E-Mail Address
Click here to contact the Contract Specialist (joanne_k_hoover-reinert@phil.fisc.navy.mil)
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. Refer to solicitation as RFP N00140-01-R-3739. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 97-25. It is the Government's intention to acquire beverage concentrates for the Naval Training Center (NTC) Great Lakes Food Service Department and the Naval Hospital (NAVHOSP) Great Lakes. The quantities below are estimated quantities. Base year 01 Oct 2001, or date of award, whichever is later, through 30 Sep 2002. Carbonated beverage base specification is as follows: beverage base, liquid, natural or natural and artificial flavoring, with nutritive carbohydrate sweeteners, 5-plus-1 yield, in ready-to-consume flavored drink, 2.5- or 5-gallon bag-in-a-box, for use with carbonated beverage dispensers, high commercial grade. Item 0001: Cola flavor, 29,440 gallons (Item 0001AA: with caffeine, 21,440 gallons; Item 0001AB: no caffeine, 8,000 gallons); Item 0002: Lemon-lime flavor, 12,800 gallons; Item 0003: Diet Cola flavor, 8,915 gallons (Item 0003AA: with caffeine, 4,915 gallons; Item 0003AB: no caffeine, 4,000 gallons); Item 0004: Root Beer flavor, 13,630 gallons; Item 0005: Orange-Lemon flavor, 10,565 gallons; Item 0006, Spicy Cherry flavor, 10,000 gallons; Item 0007, Cherry Cola flavor, 10,565 gallons. Non-carbonated beverage base specification is as follows: beverage base, natural or natural and artificial flavoring, with nutritive carbohydrate sweeteners, 5-plus-1 yield, to yield 0% fruit juice in ready-to-consume fruit-flavored drink, 2 -- or 5-gallon bag-in-a-box, with 100% RDA (60MG) Vitamin C per 8-ounce serving, for use with post-mix beverage dispensers, high commercial grade. Item 0008, Fruit Punch flavor, 15,440 gallons; Item 0009, Orange flavor, 14,400 gallons; Item 0010, Pink Lemonade flavor, 15,425 gallons; Item 0011, Sports Drink, Lemon-Lime flavor, 14,400 gallons; Item 0012, Sports Drink, unspecified (offeror to propose) flavor, 8,000 gallons; Item 0013, Iced Tea (unsweetened) flavor, 14,400 gallons. Total estimated gallons per year: 177,980. In addition, the contractor shall provide all dispensing equipment with preventative and corrective maintenance of that equipment. Item 0014 is Equipment and Item 0015 is Routine (preventative) and On-call (corrective) maintenance. Preventive and corrective maintenance is to be provided within 24 hours of trouble report/call. Points of contact for service issues shall be provided to contract points of contact within 5 days of contract award, or 2 Oct 01 whichever is earlier. Specific equipment requirements are as follows: Equipment provided shall be "state of the art" and shall comprise the largest capacity while minimizing counter space consumed. Locations and requirements of equipment, Food-Service Side, are as follows: Galley 535: 8- 8-spigot, 8- 6-spigot, all with icemaker/dispenser; Galley 928: 8- 12-spigot, 2- 6-spigot, all with icemaker/dispenser; Galley 1128: 1- 8-spigot, 12- 6-spigot, all with icemaker/dispenser; Recruit Inprocessing Center: 2- 12-spigot, 1- 8-spigot, all with icemaker/dispenser. On the Food Service Side, offerors should note that new construction will require additional equipment to be delivered as new areas open. Total demand for beverage base should remain about the same during the time period. Equipment needs as defined above in presently-existing galleys may change as new areas open. Anticipated need for each newly constructed building: 2- 12-spigot, 1- 8-spigot, all with icemaker/dispenser. It is anticipated that construction of new buildings will approximate this schedule: 2 new buildings in 2003, 2 new buildings in 2004, 2 new buildings in 2005. Location and requirement of equipment, Naval Hospital side, is as follows: 2- 6-spigot, 1- 5-spigot, all with dispensers only (no icemaker). Naval Hospital side also requires this Item 0016: CO2 gas, 20-pound cylinders, estimated quantity, 150 cylinders. Deliveries of beverage base shall be made to the following locations in amounts specified on individual delivery orders: Galley 535, Galley 928, Galley 1128, Naval Hospital Galley (Building 200-H). Deliveries of CO2 should be made to Naval Hospital Galley (Building 200-H). The articles to be furnished hereunder shall be delivered all transportation charges paid by the contractor to the destinations listed above. Bids submitted on a basis other than F.O.B. destination will be rejected as nonresponsive and offers may be deemed unacceptable. Note that 2.5 gallon BIBs shall be ordered in groups of 2 only, and billed accordingly. Option I for the period 01 Oct 2002 through 30 Sep 2003, Item 0017: same as Item 0001, Item 0018: same as Item 0002, Item 0019: same as Item 0003, Item 0020: same as Item 0004, Item 0021: same as Item 0005, Item 0022: same as Item 0006, , Item 0023: same as Item 0007, Item 0024: same as Item 0008, Item 0025: same as Item 0009, Item 0026: same as Item 0010, Item 0027: same as Item 0011, Item 0028: same as Item 0012, Item 0029: same as Item 0013, Item 0030: same as Item 0014, Item 0031: same as Item 0015, Item 0032: same as Item 0016. Option II for the period 01 Oct 2003 through 30 Sep 2004, Item 0033: same as Item 0001, Item 0034: same as Item 0002, Item 0035: same as Item 0003, Item 0036: same as Item 0004, Item 0037: same as Item 0005, Item 0038: same as Item 0006, , Item 0039: same as Item 0007, Item 0040: same as Item 0008, Item 0041: same as Item 0009, Item 0042: same as Item 0010, Item 0043: same as Item 0011, Item 0044: same as Item 0012, Item 0045: same as Item 0013, Item 0046: same as Item 0014, Item 0047: same as Item 0015, Item 0048: same as Item 0016. Option III for the period 01 Oct 2004 through 30 Sep 2005, Item 0049: same as Item 0001, Item 0050: same as Item 0002, Item 0051: same as Item 0003, Item 0052: same as Item 0004, Item 0053: same as Item 0005, Item 0054: same as Item 0006, , Item 0055: same as Item 0007, Item 0056: same as Item 0008, Item 0057: same as Item 0009, Item 0058: same as Item 0010, Item 0059: same as Item 0011, Item 0060: same as Item 0012, Item 0061: same as Item 0013, Item 0062: same as Item 0014, Item 0063: same as Item 0015, Item 0064: same as Item 0016. Option IV for the period 01 Oct 2005 through 30 Sep 2006, Item 0065: same as Item 0001, Item 0066: same as Item 0002, Item 0067: same as Item 0003, Item 0068: same as Item 0004, Item 0069: same as Item 0005, Item 0070: same as Item 0006, , Item 0071: same as Item 0007, Item 0072: same as Item 0008, Item 0073: same as Item 0009, Item 0074: same as Item 0010, Item 0075: same as Item 0011, Item 0076: same as Item 0012, Item 0077: same as Item 0013, Item 0078: same as Item 0014, Item 0079: same as Item 0015, Item 0080: same as Item 0016. FAR 52.212-1 is applicable. NOTE: Offeror's attention is specifically drawn to paragraph (b)(11) of this clause. A statement complying with this paragraph must be included in the offer. FAR 52.212-4 is applicable. Addendum to FAR 52.212-4 as follows: DURATION OF CONTRACT PERIOD (FISC DET PHILA) (OCT 1992) (a) This contract shall become effective on 01 Oct 2001 or date of award, whichever is later, and the ordering period shall continue in effect during the period ending 30 Sep 02 unless terminated in accordance with other provisions herein. The performance period shall continue in effect during the period ending one (1) month after expiration date of contract (b) Subject to the provisions of the "Limitation of Costs" clause, the Contractor shall not be required to perform any work under this contract beyond the performance period set forth above unless such period is extended in writing by mutual agreement prior to the expiration date specified in the contract; provided however, and notwithstanding the provisions of Clause entitled "Indefinite Quantity" and "Ordering," that the Contracting Officer may at his election, issue Delivery Orders beyond the ordering period and require the Contractor to continue to perform work beyond the performance period set forth above until the total estimated maximum cost of the contract shall have been expended. TIME OF DELIVERY (INDEFINITE DELIVERY CONTRACTS) (FISC DET PHILA) (OCT 1992) The articles to be furnished hereunder shall be delivered within 24 hours after the date of each order placed, except that when the needs of the Government permit, orders may provide a longer time for delivery. ORDERING (INDEFINITE DELIVERY TIME AND MATERIAL/LABOR HOUR AND COST REIMBURSEMENT CONTRACTS) (MAY 1999) (a) Ordering: Supplies or services to be furnished under this contract shall be furnished at such times as ordered by the issuance of Delivery Orders on DD Form 1155 by the NTC Food Service Department or the NAVHOSP Great Lakes Food Services Department. All orders issued hereunder are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any Order. When mailed, a Delivery order shall be "issued" for purpose of this contract at the time the Government deposits the order in the mail, or, if transmitted by other means, when physically delivered to the contractor. (b) Ordering Procedures: (1) Delivery orders issued shall include, but not be limited to the following information: (a) date of order (b) contract and order number (c) appropriation and accounting data (d) item number and description of the services to be performed, quantity, and unit price or estimated cost or fee (e) description of end item(s) to be delivered (f) packaging, packing, and shipping instructions, if any (g) DD Form 254 (Contract Security Classification Spec), if applicable (h) DD Form 1423 (Contract Data Requirements List), if data to be delivered under the order is not listed on the DD Form 1423 included in this contract (i) exact place of pickup and delivery (j) the inspecting and accepting codes (as applicable) (k) period of time in which the services are to be performed (l) for each applicable labor category, estimated number of labor hours required to perform the Order (m) the estimated cost plus fixed fee or ceiling price for the order (n) list of Government furnished material and the estimated value thereof, if applicable (o) method of payment and payment office, if not specified in the contract (see 32.1110(e)) (p) Any other pertinent information. Oral orders may be placed hereunder only in emergency circumstances. Information described above shall be furnished to the contractor at the time of placing an oral order and shall be confirmed by issuance of a written Delivery order on DD Form 1155 within ten (10) working days. (c) Modifications of Delivery orders: Delivery orders may be modified by the Ordering Officer. Modifications to Delivery orders shall include the information set forth in paragraph b. above, as applicable. Delivery orders may be modified orally by the Ordering Officers in emergency circumstances. Oral modifications shall be confirmed by issuance of a written modification within two working days from the time of the oral communication modifying the order. (d) The Cost Plus Fixed FEE or Ceiling Amount: for each Delivery order will be the ceiling price stated therein and may not be exceeded except when authorized by a modification to the Delivery order. WRITTEN ORDERS (INDEFINITE DELIVERY CONTRACTS)(NAVSUP 5252.216-9403) (JAN 1992) Written order (on DD Form 1155) will contain the following information consistent with the terms of the contract: (a) Date of order (b) Contract number and order number (c) Item number and description, quantity ordered, unit price and contract price (d) Delivery or performance date (e) Place of delivery or performing (including consignee) (f) Packaging, packing, and shipping instructions, if required (g) Accounting and appropriation data (h) Any other pertinent information. OPTION FOR INCREASED QUANTITY -- SEPARATELY PRICED LINE ITEM (FAR 52.217-7) (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. OPTION TO EXTEND THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension (b) If the Government exercises this option, the extended contract shall be considered to include this option clause (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. CLAUSES AND PROVISIONS -- INDEFINITE DELIVERY: 52.216-18 Ordering (OCT 1995) (a) issued from 01 Oct 01, or date of award whichever is later, through 30 Sep 02. 52.216-19 Order Limitations (OCT 1995) (a) less than $25.00, (b)(1) in excess of $50,000.00, (b)(2) in excess of $50,000.00, (b)(3) within 2 days, (d) within 1 day. 52.216-22 Indefinite Quantity (OCT 1995), (d) within ten (10) days of the completion of the ordering period, unless extended by options. FAR 52.212-5 is applicable along with the following additional FAR clauses: 52.203-6, 52.203-10, 52.219-4, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33, 52.247-64. DFARS 252.212-7001 is applicable along with the following additional DFARS clauses cited in the clause: 252.225-7002, 252.225-7006, 252.225-7007, 252.243-7002, 252.247-7023, 252.247-7024. Past performance will be evaluated. Past performance will be more important than price. Offerors are advised to include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000 with their offer. The Government will be utilizing best value procedures, and reserves the right to apply reverse auction techniques and/or awarding on initials, whichever is in the Government's best interests. For information regarding the solicitation, call J. Reinert at (215)697-9689. Offers shall be received in the Bid Room or in the depository located in the Bid Room at FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083, no later than 4:00 P.M. local Philadelphia time on 29 Aug 2001. All responses should be directed to the Bid Control Officer at the address shown above, and should reference solicitation number N00140-01-R-3739.
Web Link
click here to download a copy of the RFP once it becomes (http://wwww.neco.navy.mil)
Record
Loren Data Corp. 20010824/89SOL001.HTM (W-234 SN50V6W6)

89 - Subsistence (Food) Index  |  Issue Index |
Created on August 22, 2001 by Loren Data Corp. -- info@ld.com