Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

89 -- Bag in Box Beverage Supply, Pine Knot, Kentucky

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
311930 — Flavoring Syrup and Concentrate Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ12004-011-07
 
Response Due
7/25/2007
 
Archive Date
10/31/2007
 
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; quotes are being requested and a written solicitation will not be issued. BAG-IN-BOX BEVERAGE SUPPLY General Information- The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas, intends to award a contract for the provision of post mix beverage products, equipment, and service for the United States Penitentiary (USP) and the Satellite Camp Prison (SCP) in Pine Knot, Kentucky. General information regarding the Bureau of Prisons (BOP) and its facilities is located at www.bop.gov. Place of Performance- Supplies will be delivered to USP McCreary, 330 Federal Way, Pine Knot, Kentucky 42635. Product- The contractor shall provide five (5) gallon, non-alcoholic, non-carbonated, liquid concentrate (ratio of 9:1), bag-in-box (BIB) beverages. The product supplied must be non-carbonated, naturally sweetened and non-carbonated, artificially sweetened. The product may be sweetened with corn, beet, cane sugar sweeteners, or NutraSweet. Products sweetened by saccharin are not acceptable. The contractor shall provide a variety of flavors including, but not limited to fruit punch, tea (sweet and unsweet), and lemonade. In general, product supply will be ordered biweekly and should be delivered within five (5) business days after receipt of an order. Deliveries will be accepted Monday through Friday, excluding federal holidays. Equipment- All beverage product shall be dispensed by a bag-in-box dispensing system supplied and maintained by the contractor. The contract is required to provide racks with the capability to store enough product to dispense six (6) flavors. The contractors pricing shall include all costs for equipment, maintenance, and transportation charges into the price for product. Dispenser Description- The contractor shall supply eight (8) counter-top style dispensers which shall each dispense six different flavors. Each dispenser must include a built-in ice maker capable of producing up to 600 pounds of ice per day. All of the dispensers must include water spigots. The dispensers shall be push-button type. The dispensers must accept all cup sizes. All machines should be equipped with back flow preventers and in-line water filters. All units will be the same make and model and have the same type appearance. The dispensing equipment should have a key lock for the dispense mechanism. The contractor shall provide sixteen (16) keys to the institution for use with the equipment. The equipment should be completely secured with no free access to internal parts. The contractor shall provide straps, locks, or bars, if needed to secure the units from being tampered with by other than authorized staff. All keys needed to operate or secure dispensers shall be universal to all dispensers. Syrup supply lines will be provided by the contractor and will run from the storage room to the dispensers. There is conduit in place to run the supply lines. The USP will provide water connections, electricity, and drains at the dispenser locations. Each dispenser shall be quipped with one (1) full set of flavor labels for all dispensing nozzles indicating beverage selection. Replacement labels shall be provided upon request. At time of initial delivery, a supply of ten (10) additional labels per flavor should be provided in case of loss or damage. Dispensers will be installed at the following locations: Six (6) units to the USP Inmate Dining Hall One (1) unit to the USP Staff Dining Hall One (1) unit to the SCP Inmate Dining Hall The contractor will deliver and make equipment operational within 30 calendar days from the effective date of award of the contract. The Government may request, at any time throughout the life of the contract, additional equipment or current equipment removed as necessary. All equipment provided will remain the responsibility of the contractor and shall be retrieved at the contractors expense within 15 calendar days of completion of the contract. Repair Services- The contractor shall provide repair services on all equipment throughout the life of the contract at no additional cost to the Government. Repair service includes preventative maintenance checks at least once every 90 days after installation. Preventive maintenance shall include, but is not limited to, a complete check of all dispensing units and calibration of syrup and water ratios. Service visits will normally be scheduled Monday through Friday during regular business hours (7:30 a.m. to 3:00 p.m., except from 10:30 a.m. to 12:00 p.m.). The Government shall notify the contractor of any equipment breakdown or failure to dispense. Requests for repairs will be made by the Food Service Administrator and/or his designee. The contractor shall provide repair service within twenty-four (24) hours of request, seven (7) days per week including Federal Holidays. In the event a repair cannot be completed within twenty-four (24) hours of service call, a loaner machine will be installed to ensure there is no disruption of service. CONTRACT PRICING - Contract pricing shall include all charges to the Government for the provision of bag-in-box (BIB) beverages, equipment, and service required by this solicitation (e.g., overhead, profit, taxes, equipment, maintenance, transportation, etc.). The quantity of supply to be provided by the contractor is estimated below and is not a representation to a contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Contract pricing is based upon a price per gallon basis for provision of beverage syrup, dispensing equipment, and service as previously described. Quoters are hereby notified that the Government intends to evaluate quotes pursuant to FAR 17.203(b), inclusive of options. Additionally, pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The Government will extend an offer of contract award in accordance with FAR 52.212-1(g). CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (NOV 2006) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.223-5 Pollution Prevention and Right to Know Information (AUG 2003) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury; Automobile Liability : $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage. 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.211-16 Variation in Quantity (APR 1984), b) 10 percent increase; 10 percent decrease; the total quantity specified in each delivery order. 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than five gallons; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - on or before the first day of the option period; 30 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70) Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004)Notice of Contractor Personnel Security Requirements (OCT 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR2007)- (b) 1, 7, 14, 15, 16, 17, 18, 19, 20, 23, 26, 31. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed unit prices. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, USP McCreary located in Pine Knot, Kentucky. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at USP McCreary is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedures may be performed: 1). National Crime Information Center (NCIC) check; 2). DOJ-99 (Name Check); 3). FD-258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors Commercial Items (SEP 2006) tailored to delete paragraphs at c, h, and I as they have been determined to be non-applicable to this solicitation. All references to offer(s) and offeror(s) are changed to quote(s) and quoter(s) respectively. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2006) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. Site Visit- A site visit will be scheduled upon request. Anyone interested in participating in the site visit should submit an email to lwehling@bop.gov no later than 2:00 p.m. CDT on Monday, July 9, 2007. Please include your name, company name, the names of any other individuals who will be attending with you, and a daytime phone number. It is anticipated that contract award resulting from this solicitation will be made approximately August 15, 2007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number (2) Quoted pricing per gallon in a format similar to the following: Estimated 8500 gallons in various flavors x $_______ per gallon = $ _______ per year. A price quote must be provided for the Base Year, Option 1, Option 2, Option 3, and Option 4. The Governments quantity needs are an estimated maximum of 8500 gallons of beverage syrup each contract year. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (NOV 2006) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. (4) A list of all flavors that will be available to the government under a resultant contract. (5) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm CDT on Wednesday, July 25, 2007. Written quotes will be accepted by mail, hand-carried delivery, fax, or email. Mailed or Hand-carried Quotes must be delivered to the attention of Lori Wehling, Contract Specialist at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hours of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Faxed Quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contract Specialist. Quotes should be clearly marked with the solicitation number and include all required information. Emailed Quotes must be sent in .pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQ12004-011-07. Quotes must include all required information. Any questions regarding this requirement may be directed in writing to Lori Wehling, Contract Specialist at the email address listed below.
 
Place of Performance
Address: USP McCreary, 330 Federal Way, Pine Knot, Kentucky
Zip Code: 42635
Country: UNITED STATES
 
Record
SN01328929-W 20070629/070627220533 (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.