Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

89 -- Block and Crushed Ice to be delivered to Camp Grayling, MI

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
312113 — Ice Manufacturing
 
Contracting Office
USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
W912JB-07-T-2009
 
Response Due
6/7/2007
 
Archive Date
8/6/2007
 
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. The solicitation number is W912JB-07-T-2009, and is issued as a Request for Quotation. The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-16 and Defense Acquisition Circular Number 91-10, 20070327 Edition. The solicitation is 100% set aside for small business and award will be made based on Best Value to the Government considering requirements listed below. This RFQ is for 22 Pound Crushed Bags of Ice with an approximate delivery requirement near 55,000 pounds this is an estimate only but a not to exceed amount, the 10 lb Ice Blocks is for approximately 18,000 pounds approximately but a not to exceed amount. Multiple deliverie s are required to Building 560 at Camp Grayling. Vendor must be registered as a sanitarily approved establishment and be listed in the U.S. Army Veterinary Command http://vets.amedd.army.mil/vetcom/ For Armed Forces procuremnt of ice please include a co py of your approval letter with your offer. Your registration with the Central Contractor Registration must be in an ACTIVE status. Your company will be required to deliver within a 24 hour period. All quantites again are estimates only and the Governme nt will not be held to the quantites listed above. In the event ice in excess of the written contract quantites occurs, a modification will be issued to increase the quanities. This contract will be written with 2 option years beyond this issuing year. The first year being 15 June 07 to 31 May 2008, the second year if option is exercised to being 1 June 2008 to 31 May 2009 with the third option year being 1 June 2009 to 31 May 2010. Prices increases during this time will be evaulated and if deemed fair and reasonable the price changes will be issued in a modiciation to the contract. The following FAR provisions and clauses apply to this solicitation: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items (Evaluation factors being price and past performance with each being considered in the evaluation process); 52.212-3 Alt I, Offeror Representation and Certifications-equally considered in the evaluation process); 52.212-3 Alt 1 , Offeror Representation and Certifications Commercial Items Alternate I; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation ); 52.217-9, 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmativ e Action for Workers with Disabilities; 52.223-5, Pollution Prevention and Right to Know Information; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36, Payment by Third Party; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authoriz ed Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation 252.204-7003, Control of Government personnel work product; 252-204-7004, Alternate A; 252.212-7001 (Dev), Executive Orde rs Applicable to Defense Acquisitions of Commercial Items (Deviation); 252-225-7000, Buy American Act-Balance of Payments Program Certificate, 252.225-7001, Buy American Act and Balance of Payments. Copy of provisions and claues are available on the Internet at http://www.arnet.gov/far Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7001; be r egistered with the Central Contracting Registry (CCR) http://www.ccr.gov; be capable of receiving payment via Electronic Funs Transfer (EFT) or VISA Payment Card, and provide three (3) customer references with business name and point of contact with teleph one number. Failure to provide this information can render your offer non-responsive and therefore not considered for award. The Government will award contract resulting from this solicitation to the responsible offeror whose offer conforms to the solici tation and offers the best value to the Government. If two or more responsible small business do not quote a large business can be considered. Required information and completed offer may be faxed to 517-483-5900 or mailed to the USPFO For Michigan, Purc hasing and Contracting, Attn: Shelly Hickling, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time, 07 June 2007. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be emailed to Shellawn.Hickling@us.army.mil
 
Place of Performance
Address: USPFO for Michigan 3111 West Saint Joseph Street, Lansing MI
Zip Code: 48913-5102
Country: US
 
Record
SN01300467-W 20070524/070522221401 (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.