Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
SOLICITATION NOTICE

89 -- NON-CARBONATED BEVERAGES

Notice Date
10/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
424490 — Other Grocery and Related Products Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Estill, 100 Prison Road PO Box 699, Estill, SC, 29918
 
ZIP Code
29918
 
Solicitation Number
RFQ-30503-0007-7
 
Response Due
10/18/2006
 
Archive Date
11/1/2006
 
Description
DESCRIPTION RFQ 30503-0007-7 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 notice. 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 with a size standard of 500 employees. The Government intends to make a single award of a fixed price, requirements type contract with firm-fixed unit pricing for the provision of various fountain, products and equipment for the Federal Correctional Institution (FCI) and the Federal Prison Camp (FPC), located in Estill, South Carolina. Award will be made to the vendor who submits the most advantageous offer to the Government based on price. 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 Correctional Institution (FCI) and Federal Prison Camp (FPC), located at 100 Prison Rd, Estill, South Carolina 29918, has a requirement for the supply of various fountain beverages and equipment from date of award through September 30, 2007. Award is estimated to be on or about October 31, 2006. Equipment All beverages required will be dispensed by a bag-in-box dispensing system supplied and maintained by the vendor. The contractor shall provide and install a total of six (6) refrigerated, beverage dispensing units with 6, or 8 spigots and ice bins per fountain unit. Dispensing units shall include all miscellaneous equipment (i.e. pumps, chillers, gauges, flex lines, fittings, water, etc.). FCI Estill may request, at any time throughout the 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. Contractor shall deliver and have equipment operational within 30 calendar days from date of award of the contract. Repair services on the equipment supplied by the contractor shall be provided through the contract at no additional cost. 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 5 gallon non-alcoholic, non carbonated, liquid concentrate, bag-in-box (BIB) beverages. Flavors shall include, but not be limited to, the following: sweet tea, unsweet tea, fruit punch, grape, orange, cherry, water or other like flavors. Two of the beverages will be sugar free. Natural and artificial sweeteners may be utilized with the exception of saccharin. Additionally, the unsweet beverage may not contain any saccharin. The contractor shall also provide a complete listing of flavors that will be available at the contract price. All products must be Kosher certified. The yield/ratio shall be 15/1. 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 brand names. Salient characteristics are that the product must be a non-alcoholic, non-carbonated, liquid concentrate with an appealing taste and a verifiable record of having been served successfully to the general public. 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 FCI will place orders for products as needed with deliveries being conducted a minimum of once per week. Delivery orders may be issued only by a Contracting Officer at the FCI. 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. Deliveries shall be made to the Federal Correctional Institution, 100 Prison Rd., Estill, SC 29918. Place of acceptance shall be at the destination, FCI Estill. 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 conditions affecting requirements will be stable or normal. Special Requirements All machines furnished hereunder shall be equipped with all necessary safety devices listed by Underwriter?s Laboratories Inc. and be equipped so as to provide thermal overload protection. All product dispensing machines furnished must be approved by the National Sanitation Foundation or other approved testing organization. The contractor assumes full risk of and responsibility for any loss, destruction or damage occurring to the dispensing machines except such loss or damage as may be attributable to the Bureau of Prisons by reason of negligence of its employees while acting within the scope of their employment. Schedule of Required Insurance: As required by FAR clause 52.228-5 entitled: Insurance - Work on a Government Installation, the 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 as follows: Workers Compensation: the contractor shall comply with applicable Federal and State workers compensation and occupational disease statutes - if occupational diseases are not compensable under those statutes, employer?s liability coverage of at least $100,000 is required; Comprehensive General Liability $500,000 per occurrence; Automobile Liability: $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage. SCHEDULE OF ITEMS 2600 - 5 Gallon BIB X $__________/BIB = $_______________ (Estimated Maximum) SDB Price Evaluation Adjustment: In accordance with FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, paragraph (b)(1), quotes will be evaluated by adding a factor of 10 percent to the price of all quotes except quotes from small disadvantaged business (SDB) concerns that have not waived the adjustment. Pursuant to paragraph (c), an SDB concern may elect to waive the adjustment, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraph (d) of this clause do not apply to quotes that waive the adjustment. SDB concerns must identify in their quotations whether they choose to a) _____ SDB quoter elects not to waive the adjustment; or b) _____ SDB quoter elects to waive the adjustment. CLAUSES AND PROVISIONS QUOTERS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2004) with their quotations. The following FAR clauses/provisions apply to this acquisition: 52.211-6, Brand Name or Equal (AUG 1999); 52.211-16, Variation in Quantity (APR 1984) (fill-in for paragraph (b): 10% increase/decrease); 52.211-17 Delivery of Excess Quantities (SEPT 1989); 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003); 52.216-18, Ordering (OCT 1995) (first fill-in for paragraph (a): the first day of the effective contract period; second fill-in for paragraph (a): the last day of the effective contract period); 52.216-19, Order Limitations (OCT 1995) (fill in for paragraph (a): five BIB; fill-in for paragraph (b)(1): the estimated quantities identified in the Schedule of Items; fill-in for paragraph (b)(2): the estimated quantities identified in the Schedule of Items; fill-in for paragraph (b)(3): 30; fill-in for paragraph (d): five); 52.216-21, Requirements (OCT 1995) (fill-in for paragraph (f): five working days after the effective performance period ends); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUN 2004); within this clause, the following clauses are applicable: (b)(1) 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; (b)(7) 52.219-8, Utilization of Small Business Concerns; (b)(8)(I) 52.219-9, Small Business Subcontracting Plan; (b)(10)(I) 52.219-23, Notice of Price Evaluation for Small Disadvantaged Business Concerns (fill-in for paragraph (b): 10); (b)(14) 52.222-3, Convict Labor; (b)(15) 52.222-19, Child Labor - Cooperation with Authorities and Remedies; (b)(16) 52.222-21, Prohibition of Segregated Facilities; (b)(17) 52.222-26, Equal Opportunity; (b)(18) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (b)(19) 52.222-36, Affirmative Action for Workers with Disabilities; (b)(20) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and; (b)(22) 52.225-1, Buy American Act - Supplies; (b)(25) 52.225-13, Restrictions on Certain Foreign Purchases; (b)(30) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.228-5, Insurance - Work on Government Installation (JAN 1997); 52.232-18, Availability of Funds (APR 1984); 52.233-2, Service of Protest (AUG 1996) (fill-in for paragraph (a): the 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 (APR 1984); 52.247-34, F.O.B. Destination (NOV 1991); 52.253-1, Computer Generated Forms (JAN 1991); Justice Acquisition Regulation (JAR) 2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUN 1996); JAR 2852.233-70, Protests Filed Directly with the Department of Justice (JAN 1998); Department of Justice Contractor Residency Requirement, Bureau of Prisons Clause (JUNE 2004), in full text as follows: For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1) legally resided in the United States (U.S.): 2) worked for the U.S. overseas in a Federal or military capacity; or 3) been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. (END OF CLAUSE) Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov/far. NO SOLICITATION DOCUMENT WILL BE ISSUED. EVALUATION OF QUOTATIONS: The Government will make award based on technical compliance, and price. 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 awardee?s 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 Correctional Institution, 100 Prison Rd. Estill, SC 29918 on or before 2:00 P.M. EST on October 18, 2005. Quotations may be faxed to 803-625-5608 or mailed to Federal Correctional Institution, 100 Prison Rd. Estill, South Carolina 29918, Attn: Contracting. Please call 803-625-4607 extension 4223 to verify receipt of quotations. Quotations received after the deadline will be handled in accordance with FAR 52.212-1(f). The is a combined synopsis/solicitation and will be distributed solely through the General Services Administration?s Federal Business Opportunities web site http://www.fedbizopps.gov . Hard copies of the solicitation will not be available. The site provides down loading information. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.
 
Place of Performance
Address: FEDERAL CORRECTIONAL INSTITUTION, 100 PRISON RD, POST OFFICE BOX 699, ESTILL, SOUTH CAROLINA
Zip Code: 29918-0699
Country: UNITED STATES
 
Record
SN01159663-W 20061004/061002220148 (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.