Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

89 -- Bag in the Box Beverage, FMC Lexington, Kentucky

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
424490 — Other Grocery and Related Products Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ10907-001-5
 
Response Due
8/25/2004
 
Archive Date
12/31/2004
 
Point of Contact
Bobby Addison, Contract Specialist, Phone (972) 352-4527, Fax (972) 352-4545,
 
E-Mail Address
baddison@bop.gov
 
Description
CONTRACTING OFFICE ADDRESS Department of Justice, Field Acquisition Office, Armed Forces Reserve Center, 346 Marine Forces Drive, Grand Prairie, TX 75051 DESCRIPTION RFQ 10907-001-5 is issued as a Request for Quotation for commercial items in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-24. This action is unrestricted. The North American Industrial Classification System Code is 424490. The Government intends to make a single award of a firm fixed price, requirements type contract for the provision of various soft drink products and equipment for the Federal Medical Center (FMC) located in Lexington, Kentucky. Award will be made to the quoter who submits the most advantageous offer to the Government based on price and price related factors. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (BOP), Federal Medical Center (FMC), located at 3301 Leestown Road, Lexington, Kentucky, has a requirement for various soft drink products and equipment for the period of a base year with four (4) twelve (12) month option periods for renewal. Award is estimated to be on or about September 1, 2004 with the effective award date being October 1, 2004. Equipment All beverages required would be dispensed by a bag-in-box dispensing system supplied and maintained by the vendor. The contractor shall provide and install soda dispensing units with a minimum of eight spigots, capable of dispensing eight flavors, five carbonated and three non-carbonated. Each unit shall have an ice dispenser as part of the unit. The ice dispenser will be the source for maintaining the temperature of the beverage. Dispensing units shall include all miscellaneous equipment (i.e. pumps, carbonators, gauges, flex lines, fittings, etc.). CO2 will be used to propel the syrup pumps with a separate carbonator pump housed inside the beverage cabinet (beverage cabinet provided by the Government). Only 20 pound CO2 tanks shall be supplied. The bag-in-box containers will be set up on an upright rack with pumps mounted on the rack. Syrup supply lines will flow to the dispensing unit no more than 20 feet away. The BOP may request, at any time throughout the life of contract, additional equipment or current equipment removed as necessary. All equipment provided shall remain the property of the contractor and shall be retrieved at the contractor's expense upon completion of the resulting contract. Soda Stations and Locations: Camp - One soda dispensing unit consisting of a multi-plex soda dispenser installed in a beverage counter (supplied by FMC). Contractor will supply syrup pumps, C02 adapters and other equipment required to dispense the contractor's product through the multi-plex system. Main Dining - Four soda dispensing units in separate dining areas. Units must be self sufficient, one may not get syrup or CO2 from another. Diet Kitchen - One soda dispensing unit. Staff Dining - One soda dispensing unit. Total of seven dispensing units required in all. Contractor shall deliver and have equipment operational within 30 calendar days from the date of award of the contract. Repair Services Repair services on the equipment supplied by the contractor shall be provided throughout the life of the contract at no additional cost. This service will include preventative maintenance checks at least once each quarter. Preventive maintenance shall include a complete check of all dispensing equipment and calibration of syrup and water ratios. The government shall notify the vendor of any equipment breakdown or failure to dispense. All repairs must be made within 24 hours upon notification. Requests for repairs will be made by the Food Service Administrator and/or his designee. Supplies The contractor shall provide non-alcoholic, non carbonated, liquid concentrate, bag-in-box (BIB) beverages. Contractors may quote alternative size bag in the box containers (please specify). Once the vendor quotes a specific size container, the container size must remain consistent throughout the life of the contract. The requested products should be grouped into four categories as; carbonated naturally sweetened (no saccharine or aspartame, corn or sugar sweeteners only); carbonated artificially sweetened (sweetened with aspartame only); non-carbonated naturally sweetened; and non-carbonated artificially sweetened. Upon award, five flavors of carbonated and three non-carbonated beverages will be selected for installation. Flavors will be rotated for variety as required by the FMC throughout the contract period. The contractor shall provide a complete listing of flavors that will be available at the contract price. Flavors should include, but not be limited to Cola, Diet Cola, Diet Cola Caffeine Free, Non-cola Caffeine Free, Non-Carbonated Fruit Punch, and Tea (Sweet and Unsweet). FAR 52.211-6, Brand Name or Equal has been included in this requirement. Offerors shall provide a product which is equal in level of quality to that of the brand names: Coke, Pepsi, Dr. Pepper/7UP. Product Description: 1. Naturally sweetened carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin and various flavorings. 2. Artificially sweetened carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 3. Naturally sweetened non-carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin, various flavorings. 4. Artificially sweetened non-carbonated beverage, bag-in-box container, must be sweetened with aspartame only. The vendor shall include the CO2 required in the cost of the product and not charge for this necessity on a per unit basis. The CO2 is viewed as a means to dispense the product and not an additional product for consumption. Delivery Order Information The FMC will place orders for products as needed with deliveries being conducted a minimum of once per week. Product shall be delivered Monday through Friday with the exception of Federal Holidays and no later than five working days after receipt of an order. Contract Pricing/Schedule of Items Contract pricing shall be based on a Bag-In-Box (BIB). The cost of CO2 and any corresponding equipment and repairs thereof shall be included in the cost of the soft drink. Any resulting contract shall be an indefinite delivery/requirements contract. As such, quantities listed are estimates only and are not a representation to an offeror or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Pursuant to FAR 17.203(b), the Government?s evaluation shall be inclusive of options. Quoters are permitted to vary unit prices for options. Schedule of Items Base Year: October 1, 2004 through September 30, 2005 1. Carbonated BIB, Naturally sweetened carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin and various flavorings. 9600 gallons X $__________/gallon = $_______________ (Estimated Maximum) 2. Carbonated BIB, Artificially sweetened carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 3. Naturally sweetened non-carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin, various flavorings. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 4. Artificially sweetened non-carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 500 gallons X $__________/gallon = $_______________ (Estimated Maximum) Option Year 1: October 1, 2005 through September 30, 2006 1. Carbonated BIB, Naturally sweetened carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin and various flavorings. 9600 gallons X $__________/gallon = $_______________ (Estimated Maximum) 2. Carbonated BIB, Artificially sweetened carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 3. Naturally sweetened non-carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin, various flavorings. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 4. Artificially sweetened non-carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 500 gallons X $__________/gallon = $_______________ (Estimated Maximum) Option Year 2: October 1, 2006 through September 30, 2007: 1. Carbonated BIB, Naturally sweetened carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin and various flavorings. 9600 gallons X $__________/gallon = $_______________ (Estimated Maximum) 2. Carbonated BIB, Artificially sweetened carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 3. Naturally sweetened non-carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin, various flavorings. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 4. Artificially sweetened non-carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 500 gallons X $__________/gallon = $_______________ (Estimated Maximum) Option Year 3: October 1, 2007 through September 30, 2008: 1. Carbonated BIB, Naturally sweetened carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin and various flavorings. 9600 gallons X $__________/gallon = $_______________ (Estimated Maximum) 2. Carbonated BIB, Artificially sweetened carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 3. Naturally sweetened non-carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin, various flavorings. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 4. Artificially sweetened non-carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 500 gallons X $__________/gallon = $_______________ (Estimated Maximum) Option Year 4: October 1, 2008 through September 30, 2009: 1. Carbonated BIB, Naturally sweetened carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin and various flavorings. 9600 gallons X $__________/gallon = $_______________ (Estimated Maximum) 2. Carbonated BIB, Artificially sweetened carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 3. Naturally sweetened non-carbonated beverage, bag-in-box container, may be sweetened with corn, beet or cane sugar sweeteners, may not contain saccharin, various flavorings. 2200 gallons X $__________/gallon = $_______________ (Estimated Maximum) 4. Artificially sweetened non-carbonated beverage, bag-in-box container, must be sweetened with aspartame only. 500 gallons X $__________/gallon = $_______________ (Estimated Maximum) Total for Base Year and Four Option Years: $____________________ (Estimated Maximum) OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. The Government will make award based on technical compliance and price. The following FAR clauses apply to this acquisition: 52.204-4, Printed or Copied Doubled-Sided on Recycled Paper 52.204-6, Data Universal Numbering System; 52.204-7, Central Contract Registration, Alternate I, prior to contract award; 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition, (Period of acceptance of offers) is deleted as not applicable; 52.211-6, Brand Name or Equal; 52.211-16, Variation in Quantity, 10% increase/decrease 52.211-17 Delivery of Excess Quantities 52.212-4, Contract Terms and Conditions Commercial Items; 52.216-18, Ordering (from the first day of the effective contract period through the last day of the effective contract period); 52.216-19, Order Limitations ((a) in an amount of less than five BIB, (b) (1) the yearly estimated quantity (2) the yearly estimated quantity (3) 30 days); 52.216-21, Requirements (after the last day of the effective contract period); 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services (Contractor prior to expiration of the current performance period); 52.217-9, Option to Extend the Term of the Contract ((a) Contractor by the last day of the current performance period, at least 60 days before the contract expires c) five years); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-23, Notice of Price Evaluation for Small Disadvantaged Business Concerns, (10%); 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, and; 52.225-1, Buy American Act, Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration. 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.228-5, Insurance - Work on Government Installation; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for the Next Fiscal Year; September 30 of the base year or any option exercised 52.233-2, Service of Protest; Procurement Executive, Federal Bureau of Prisons, 320 First Street NW, Room 5006, Washington, DC 20534 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34. F.O.B. Destination 52.253-1 Computer Generated Forms 2852.201-70 of the Justice Acquisition Regulations (JAR), Contracting Officer?s Technical Representative (a) Carole L. Kirk, Federal Medical Center, Lexington, Kentucky. 2852.223-70 Unsafe Condition Due to the Presence of Hazardous Material 2852.233-70, Protests Filed Directly with the Department of Justice (JAR 2833.103(d)(1)(I)) A residency requirement certification as stated below, must be completed and returned with the quote for individuals applying for a contract. Companies must submit a completed certification for each of their employees performing work at the Federal Bureau of Prisons, prior to performance. In order to facilitate the clearance process, companies should submit the certifications as soon as it is apparent which employees will be performing the work but no later than one week prior to performance. Documentation to substantiate residency may be requested at anytime prior to award for contracts with individuals, and prior to performance for awards to other than individuals. ------------------------------------------------------------------------------------------------------------------------------------------- Residency Requirement Certification Form The residency requirement certification must be completed and returned with the quote for individuals applying for a contract. Companies must submit a completed certification for each of their employees performing work, prior to performance. In order to facilitate the clearance process, companies should submit the certifications as soon as it is apparent which employees will be performing the work but no later than one week prior to performance. Documentation to substantiate residency may be requested at anytime prior to award for contracts with individuals, and prior to performance for awards to other than individuals. I certify that for three of the five years immediately prior to responding to this solicitation, I have: 1) resided in the United States (U.S.); 2) worked for the U.S. overseas in a Federal or military capacity; or 3) have been a dependent of a Federal or military employee serving overseas. Name of Vendor/Individual Date Signature of Individual ------------------------------------------------------------------------------------------------------------------------------------------- Contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed: Worker?s Compensation and Employers Liability: $100,000. The required workers compensation insurance shall extend to cover employers liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. Comprehensive General Liability: $ 500,000 per occurrence for bodily injury. This insurance shall include contractor?s protective and liability. Automobile liability: $200,000 per person; $500,000 per occurrence for bodily injury; $20,000 per occurrence for property damage. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. All responsible sources may submit an offer which will be considered for award. NO SOLICITATION DOCUMENT WILL BE ISSUED. SUBMISSION OF QUOTATIONS: Quotations shall be submitted on or before the quotation deadline specified below. All responsible sources may submit a quotation. Quoters will be required to submit the following information on letterhead or business stationery, directly to the contracting officer. 1. Completed Schedule of Items 2. Offerors Representations and Certifications (FAR 52.212-3) 3. A clear description of the product(s) offered, to include identification of brand and product name. Product samples may be requested. All quoters are advised that this solicitation includes the clause at FAR 52.212-4 for commercial items which at paragraph (t), Central Contractor Registration (CCR), requires all contractors doing business with the Federal Government after September 30, 2003, to be registered in the CCR database. Quoters should include their Data Universal Number System (DUNS) number in their quotes. The Contracting Officer will verify registration in the CCR database prior to award by entering the potential awardees DUNS number into the CCR database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. The above information must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 on or before 2:00 P.M. CST on August 25, 2004. Quotations may be faxed to 972-352-4545 or e-mailed to baddison@bop.gov. Please call 972-352-4527 to verify receipt of quotations. Quotations received after the deadline will be handled in accordance with FAR 52.212-1(f). Place of acceptance Federal Medical Center 3301 Leestown Road Lexington, Kentucky Original Point of Contact Bobby Addison, Contract Specialist, Phone 972-352-4527, Fax 972-352-4545, E-mail baddison@bop.gov Place of Performance Address: Federal Medical Center, 3301 Leestown Road, Lexington, Kentucky 40511
 
Place of Performance
Address: Federal Medical Center, 3301 Leestown Road, Lexington, Kentucky
Zip Code: 40511
Country: USA
 
Record
SN00645235-W 20040819/040817211904 (fbodaily.com)
 
Source
FedBizOpps.gov 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.