Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

99 -- Manurfacture and Storage of Ice in Puerto Rico

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
312113 — Ice Manufacturing
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-06-R-0063
 
Response Due
6/30/2006
 
Archive Date
8/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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 solicitation; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation 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 solicitation. Proposals are being requested and a written solicitation will not be issued. Combined Synopsis/Solicitation Number W912HN-06-R-0059. This procurement action is 100% Small Business Set-Aside. The Nor th American Industry Classification System (NAICS) code is 312113 with a size standard of 500 employees. The work consists of manufacturing and storage of 600,000 pounds of ice. The vendor will maintain a stock level of 600,000 pounds of ice manufactured within no more that 90 calendar days. The ice must be available for inspection and use by the government on demand. SCOPE OF WORK for Puerto Rico Ice Purchase and Storage: This scope is for the manufacture and storage of 600,000 pounds of ice. The vend or will maintain a stock level of 600,000 pounds of ice manufactured within no more than 90 calendar days and available for inspection and use by the government on demand. Product Requirements: Ice provided under this contract shall be: (a) manufactured within 90 calendar days of the date of delivery/out load; (b) tube or crushed ice (block or shaved ice is unacceptable); with a per piece volume of approximately 2 cubic inches; (c) manufactured in compliance with the Food and Drug Administration (FDA) Good Manufacturing Practices (GMP) of 21 C.F.R. 110, the International Packaged Ice Association (IPIA) standards; (d) manufactured by ice plants that use source water from a public water supply which is currently in compliance with the National Prim ary Drinking Water Regulations (NPDWR) of the Safe Drinking Water Act (SDWA) and which achieved that compliance without an exemption under the SDWA; (e) produced, packaged, transported, stored and handled in accordance with all applicable Federal, State, and local laws and regulations; and (f) produced and stored on the island of Puerto Rico. Packaging: Ice shall be sealed in 5 to 20 pound plastic bags and stacked on pallets. Each pallet shall contain 2,000 pounds, net weight, of ice. A protecti ve layer (slip sheet) of thick paper, plastic (6 mil) or waterproof corrugated cardboard shall be placed between the stacked ice and the pallets. Pallets of packaged ice will be fully covered on the top and all four (4) sides with a minimum of four (4) la yers of stretch-wrap. The stretch-wrap will be applied prior to out load of ice onto Government supplied transportation. The cost of purchasing the ice will include all packaging as stated to include pallets. Pallets shall be 4 X 4 nominal, constructed of hardwood or plastic, designed for pickup on all four sides and repeated use with a 2,000 lb. load. Pallets constructed of softwood (pine or other) shall not be utilized and will not be accepted. Pallets are to be cleaned (washed) with disinfectant so lution consistent with State and Federal Health Standards prior to placement of slip sheet and loading of ice on the pallet and shall be visually clean at time of out load. Pallets will become U.S. Government property at final destination. Labeling: Each pallet of ice shall have a label clearly stating the following: 1 - U.S. Army Corps of Engineers Contract Number, 2- Out Load Order Number, 3- Contractors Name, 4- Name, Address, Telephone Number, Point of Contact of Ice Manufacture, 5 - Date Ice Manufac tured, 6 - Total Quantity on Pallet, in Pounds, 7 - Manufactures Lot Container Code(s), if any, and 8 - MANUFACTURED TO FDA STANDARDS FOR (Identify Island loca tion). Labels will be applied prior to out load of ice onto Government supplied transportation. The label will be visible from two adjacent sides and should be placed between the third and fourth layer of stretch-wrap. Quality Assurance and Control: The government has the right to inspect the ice at any time. The ice will be maintained within an area isolated from storage of non-similar products. This is to keep down the possibility of contamination of the ice. Storage Cost: The cost of storage of 600, 000 pounds will include storage, product rotation so no ice is more than 90 days old when the notice of out loading is given, and out load cost. Out Load: The contractor will be ready to start out loading of the ice within thirty minutes of the arrival of government supplied transport and will have twenty 2,000 pound pallets loaded within one hour of start of out loading. Twelve hour notification will be given by a Contracting Officer prior to arrival of government supplied transportation. This notificat ion is applicable twenty four hours a day seven days a week fifty two weeks a year. Out Load will be ordered under this contract by issuance of oral or written Orders to the Contractor. Length of Contract: One year from issue of contract and four option years. Bid items: A. Ice Purchase of 600,000 pounds per pound to be billed once all ice is in storage. B. Storage of ice per pallet per day to be billed every month. C. At the end of the contract period, the government will receive a credit from the co ntractor based on a price per pound for ice which has not left the facility. The credit will be applied to the last billing period for the storage cost. D. Negotiated Items Not Elsewhere Priced  1 LS  To Be Negotiated. Ice Purchase: Ice purchase will be paid per pound of ice manufactured up to a total of 600,000 pounds. The purchase price of the ice shall include packaging and labeling as outlined in this solicitation. Payment for the ice will be made upon manufacture and storage of all 600,000 pound s. Ice Storage: The cost of ice storage will be made per pallet per day and paid for monthly. Payment will start the day the ice is first stored and based on the quantity of ice stored at midnight local time. The cost of ice storage will include the cos t of out loading the ice onto Government supplied transportation. Disposal of Ice: No ice is expected to be disposed of. At the end of the contract period (one to five years with all four option years) the Contractor shall purchase the stored ice back fr om the Government and give the Government credit applied to the last month storage cost. If the credit to the Government is greater than the cost of storage the Contractor will make payment to the Government. The ice will not leave the possession of the Contractor until an out load order is issued by the Contract Officer. The Combined Synopsis/Solicitation is a negotiated procurement utilizing Best Value techniques whereby the Lowest Priced, Technically Acceptable offer will be awarded the contract. (Re ference FAR 15.101-2) This contract will have a base and four one-year option periods. In order to be Technically Acceptable the contractor must demonstrate his ability to meet the following requirements: (1) Capability to produce and store 600,000 pou nds of packaged ice for 12 months on the island of Puerto Rico; (2) Be certified in accordance with the Scope of Work. (3) Have Emergency Power and (4) Capable of product rotation to enable that no ice is older than 90 days from production at time of shi pment. AS PART OF THE SUBMITTAL, THE CONTRACTOR SHALL PROVIDE DOCUMENTATION THAT THE GOVERNMENT SELECTION TEAM CAN REVIEW TO DETERMINE HIS/HER TECHNICAL CAPABILITY TO PERFORM. YOU MUST BE DETERMINED TECHNICALLY ACCEPTABLE BEFORE THE TEAM WILL CONSIDER PR ICES OFFERED. YOUR PROPOSAL SHALL ADDRESS EACH OF THE FOUR TECHNICAL REQUIREMENTS LISTED HEREIN, AS WELL AS, PRICES FOR THE FOUR CONTRACT LINE ITEMS. PRICE SHA LL BE ITEMIZED FOR THE BASE YEAR AND EACH OF THE ONE-YEAR OPTION PERIODS FOR EACH OF THE FOUR CONTRACT LINE ITEMS The provision at FAR 52.212-1, Instruction to Offerors, applies to this acquisition. Offerors shall include a completed copy of the provisi on at FAR 52.212-3, Offeror Representations and Certifications  Commercial Items, with its proposal. The clauses at FAR 52.212-4, Contract Terms and Conditions  Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement or E xecutive Orders  Commercial Items which includes clauses 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33 and 52.232-29, also applies. You may visit http://acquisition.gov/far/index.html to view the above c lauses in full text. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. Proposals in response to this Combined Synopsis/Solicitation are due on June 30, 2006 NLT 5:00 p.m. Yo u must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah 69A Hagood Avenue Charleston SC
Zip Code: 29403-5107
Country: US
 
Record
SN01070905-W 20060617/060615221848 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.