Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2005 FBO #1362
SOLICITATION NOTICE

99 -- DELIVERY OF BOTTLED WATER WITH DISPENSER

Notice Date
8/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
454390 — Other Direct Selling Establishments
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
SUP-06-0001
 
Response Due
9/1/2005
 
Archive Date
9/16/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number SUP-06-0001 will be used for reference purposes. The Department of Homeland Security, Bureau of Customs and Border Protection has a requirement for the following items: Bottled Water to be deliver to Four (4) U.S. Border Stations which do not have potable water, and Bottled Waters for San Diego Sector HQ. The size of the Bottled Water (Mountain Spring Well Water) Item #: 0001 is 5 gallon bottle. (approx. usage yearly is 2300 bottles per year). Also, required items to go with the bottle water as Item #: 0002 is 4.5 OZ Cups (100 per box), (average yearly use is 75 boxes per year). Four (4) different temperature dispenser are to be provided for rental, i.e. Item #: 0003- Room Temperature Dispenser, Item #: 0004- Hot and Cold Dispenser, Item #: 0005- Cold Only Dispenser, and Item #: 0006- Room Temperature and Cold Dispenser. Bottled Water for San Diego Sector HQ is to be issued to alien detainees as Item #: 0007 is 0.5 liter in size, 16.9 OZ in plastic bottle, 35 bottles per case, and a total of 280 cases per delivery and open option between one to two unscheduled deliveries of 168 cases. Delivery is required for each month starting beginning of the FY 06 which starts October 01, 2005 and ends September 2006 for the BASE YEAR: (10/01/05 - 09/30/06):. OPTION 1: (10/01/06? 09/30/07) Quantity are the same as the Base Year. OPTION II: (10/01/07 ? 09/30/08) Quantity are the same as the Option I. OPTION III: (10/01/08 ? 09/30/09) Quantity are the same as the Option II., OPTION 1V: (10/01/09 ? 09/30/10) Quantity are the same as the Option III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFQ. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on: (a) Availability (b) Past Performance, (c) Price. Availability and past performance when combined are equal to price. Offerors shall submit as a part of their quote, completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition; addenda are as stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses within paragraph 52.212-5(b) apply to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer, Contractor must have a DUNS number, TAX Identification Number, Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses within paragraph 252.212-7001(a) apply to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil. Offers in response to this combined synopsis/solicitation are due not later than 01 September 2005.. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact Romeo N. Nafarrete at 619-216-4096 or email address: romeo.nafarrete@dhs.gov. Quoters are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 619-216-4110.
 
Place of Performance
Address: U.S. Department of Homeland Security, Bureau of Customs and Border Protection, U.S. Border Patrol San Diego Sector HQ, 2411 Boswell Road, Chula Vista, CA
Zip Code: 91914-3519
 
Record
SN00872227-W 20050819/050817211520 (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.