Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

89 -- BOTTLED WATER

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
USPFO for Louisiana, Jackson Barracks, Building 39, New Orleans, LA 70146-0330
 
ZIP Code
70146-0330
 
Solicitation Number
W912NR-06-T-0001
 
Response Due
7/25/2006
 
Archive Date
9/23/2006
 
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. All correspondence shall reference number W912NR-06-T-0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 -09. This procurement is being issued as a 100% Total Small Business Set-aside. The Government intends to establish multiple Blanket Purchase Agreements (BPAs) for this item. It is anticipated that the effective period will be on or about 7 August 2006 t hrough 31 August 2011. The North American Industry Classification System code for this procurement is 312112 and the associated small business size standard is 500 employees. Item Name: Bottled Water, packaged in sixteen (16) ounce bottles with twenty four (24) bottles per case. Water will be palletized at least 100 cases per pallet. Delivery shall be FOB Destination to the following locations in Louisiana; Alexandria, Lake Charles, Lafayette, New Orleans, Baton Rouge, Slidell, Gillis Long - Carville, Monro e, Minden and Shreveport. Normal delivery hours are from 7:30 a.m. to 4:00 p.m., Monday through Friday. However, during training periods, emergencies or other unforeseen circumstances, the vendor must be capable of responding on short notice and be able to make deliveries on Saturday and Sunday. If not able to respond on short notice vendor must provide minimum delivery period. When placing orders all efforts will be made to give vendor 24 hour notice. Vendor shall propose pricing to show any quantity disco unts up to the maximum estimated quantity. All deliveries completed under the BPA shall be accompanied by sales slips that contain the following information as a minimum: Name of supplier, BPA number, date of service request, call number, quantity and unit price. The Government is obligated only to the extent of authorized purchases actually made under the BPA. Individual purchases under this BPA are limited to a minimum of two (2) pallets and a maximum of one hundred twenty (120) pallets. A list of individ uals authorized to purchase under the BPA's, identified by name of individual, organizational component, and the dollar limitation per purchase for each individual shall be furnished to the provider by the contracting officer. Proposals will be evaluated o n the following factors: cost per case then lead time from order placed to delivery of water. The following FAR/DFAR clauses are applicable to this procurement: FAR 52.204-7, Central Contractor Registration; 52.204-8, Annual Representations and Certificati ons, require that each offeror complete the annual Representations and Certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://www.bpn.gov; FAR 52.209-6 , Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instruction to Offerors- Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certification- Commercial Items, Alternate I; FAR 52.212-4, Contract Terms and Conditions-Commercial Items: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation; FAR 52.219-6 , Notice of Total Small Business Set-Aside; F AR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-6, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33, Payme nt by Electronic Funds transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; 52.242-15, Stop-Work Order; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34; F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dti c.mil/dfars; FAR 52.252-2, Clauses incorporated by reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, Authorized Deviations In Clause s; DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; DFARS 252-247-7023 Alt III Transportation of Supplies by Sea. Responses to this notice must be received no later than 4:00 p.m. CST, 25 July 2006 at the following address: USPF O For Louisiana (Carville), Attn: LANG-J8-P CW3 Montalbano, Bldg 24, Room 211, 5445 Point Claire Road, Carville, Louisiana 70721 or email to tracy.montalbano@us.army.mil. Responses may be submitted on company letterhead and shall include the following info rmation: Solicitation Number W912NR-06-T-0001; name and address; phone and fax number; point of contact; Dun and Bradstreet Number; Cage Code; Tax Identification Number; payment terms discount offered for prompt payment. Additional Information: All prospe ctive contractors must be registered in the Central Contractor Registration Database (CCR) (www.ccr.gov). If you are not registered you may request an application through the CCR website at http://www.ccr.gov. All questions concerning this procurement must be received in writing before 12:00 CST on July 17th 2006. All responsible sources may submit a proposal.
 
Place of Performance
Address: USPFO for Louisiana LANG-J8-P, Bldg 24, 5445 Point Claire Road Carville LA
Zip Code: 70721
Country: US
 
Record
SN01082948-W 20060707/060705225409 (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  © 1994-2020, Loren Data Corp.