Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

73 -- Sack lunches

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Laguna Administrative Center, 24000 Avila Road 5th Floor, Laguna Niguel, CA, 92677
 
ZIP Code
92677
 
Solicitation Number
DROBKI-06-0004
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Description
This is a combined synopsis/quotation (RFQ) for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only quotation and a written quotation will not be issued. Department of Homeland Security, Immigration and Customs Enforcement is requesting a quotation to provide food for the detainees of approximately 12,000 sack style lunches per year at a firm fixed price on as as-needed bases. Contractors shall be able to meet the following Government requirements: 1) Two sandwiches consisting of turkey, bologna or ham, to include 1 packet of mayonnaise, 1 packet of mustard, 2) Assorted Chips, size small, 3) Fruit (apple, banana or orange), 4) 1 Fruit Juice (not requiring refrigeration), 5) Possible special meals request, i.e. Kosher or vegetarian, 6) The Government will provide a minimum of one-hour (1) notice before pick up as stated on the Statement of Work (SOW) attached. 5) Availability from Monday thru Sunday between 6:00 AM to 6:00 PM. Period of Performance will be 10/01/2005 through 9/30/2006 with four (4) one year option periods. The quoter shall submit the following for consideration: (1) capability addressing the 6 products offered; (2) pricing per meal for the base year and each option year; and (3) a copy of most recently County of Health and Safety report. The Government will award on an all or none basis. FAR 52.212-2 Evaluation-Commercial Items applies with evaluation factors of: (1) ability to meet Government requirements, including County Of Health Food & Safety Evaluation Report; (2) pricing per meal. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-3 Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; and 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. Additional FAR clauses applies: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.232-18 Availability of Funds; Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their Representations and Certifications via ORCA @ http://orca.bpm.gov. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-05. The North American Industry Classification System Code (NAICS) is 722310; Size Standard is $17.5 Million. Closing date or response date for this synopsis/quotation DROBKI-06-0004 is September 23, 2005 at 4:00pm, Pacific Time. Only written responses will be accepted. Responses can be faxed to (949)-360-3013, Attn: Tracy Swilley, or E-mail in MS Word format to tracy.swilley@dhs.gov. All responsible sources may submit a quotation, which will be considered by the agency. Oral communications are not acceptable in response to this notice.
 
Place of Performance
Address: 800 Truxtun Avenue, Bakersfield, CA
Zip Code: 93301
Country: USA
 
Record
SN00894604-W 20050916/050914211524 (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.