Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2007 FBO #2093
SOLICITATION NOTICE

46 -- 5 GALLON BOTTLED WATER FOR LAREDO SECTOR

Notice Date
8/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
1007Q0932
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
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 HSBP1007Q0932. This solicitation is being issued as a Request for Quote. This requirement is solicited as TOTAL SMALL BUSINESS. NAICS code is 312112 with a size standard of 500 EMPLOYEES. Contractors are still required to identify their company?s business size even though unrestricted. One indefinite quantity, indefinite delivery contract with fixed unit prices is anticipated to be awarded as a result of this solicitation. The government will guarantee a minimum order of one (1) 5-gallon bottle monthly per location. The maximum number of 5 gallon bottles per month will not exceed 500 bottles per month. The term of the contract is from date of award through September 30, 2007. The contract will have four one-year options, for the period of date of award through September 2011. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation document will not be issued. Currently there are approximately 3,260 5-gallon bottles of water consumed yearly at the Laredo Sector. However, these amounts can drastically increase or decrease depending upon the weather trend and the need for water. The following is an estimate of the yearly consumption per location: Hebbronville Checkpoint-HWY 359: 290 Hebbronville Checkpoint-HWY 16: 430 Checkpoint C-29: 1200 Freer Checkpoint-HWY 59: 360 Checkpoint-HWY 83: 240 Hebbronville Station- 34 E St HWY 359: 320 Hebbronville Checkpoint-FM 1017: 60 Freer Station-HWY 59: 360 BACKGROUND U.S. Customs and Border Protection has a requirement for an on-demand bottled water service to provide 5-gallon bottled water to the Laredo Sector Checkpoints. The contractor will provide and deliver five (5) gallon bottled water containers to all the designated checkpoints. The water will be packaged in 5-gallon containers. The period of performance is from October 1, 2007 through September 30, 2008, with an additional four (4) one year options. Base Period CLIN 0010 Hebbronville Checkpoint-HWY 359 $_____ per 5-gallon bottle. CLIN 0020 Hebbronville Checkpoint-HWY 16 $_____ per 5-gallon bottle CLIN 0030 Checkpoint C-29 $_____ per 5-gallon bottle CLIN 0040 Freer Checkpoint- HWY 59 $_____ per 5-gallon bottle CLIN 0050 Checkpoint- HWY 83 $_____ per 5-gallon bottle CLIN 0060 Hebbronville Station-34E St $_____ per 5-gallon bottle CLIN 0070 Hebbronville Checkpoint-FM 1017 $_____ per 5-gallon bottle CLIN 0080 Freer Station- HWY 59 $_____ per 5-gallon bottle CLIN 0090 Bottle Deposit Charge $_____ per 5-gallon bottle Option Year One CLIN 0100 Hebbronville Checkpoint-HWY 359 $_____ per 5-gallon bottle. CLIN 0110 Hebbronville Checkpoint-HWY 16 $_____ per 5-gallon bottle CLIN 0120 Checkpoint C-29 $_____ per 5-gallon bottle CLIN 0130 Freer Checkpoint- HWY 59 $_____ per 5-gallon bottle CLIN 0140 Checkpoint- HWY 83 $_____ per 5-gallon bottle CLIN 0150 Hebbronville Station-34E St $_____ per 5-gallon bottle CLIN 0160 Hebbronville Checkpoint-FM 1017 $_____ per 5-gallon bottle CLIN 0170 Freer Station- HWY 59 $_____ per 5-gallon bottle CLIN 0180 Bottle Deposit Charge $_____ per 5-gallon bottle Option Year Two CLIN 0190 Hebbronville Checkpoint-HWY 359 $_____ per 5-gallon bottle. CLIN 0200 Hebbronville Checkpoint-HWY 16 $_____ per 5-gallon bottle CLIN 0210 Checkpoint C-29 $_____ per 5-gallon bottle CLIN 0220 Freer Checkpoint- HWY 59 $_____ per 5-gallon bottle CLIN 0230 Checkpoint- HWY 83 $_____ per 5-gallon bottle CLIN 0240 Hebbronville Station-34E St $_____ per 5-gallon bottle CLIN 0250 Hebbronville Checkpoint-FM 1017 $_____ per 5-gallon bottle CLIN 0260 Freer Station- HWY 59 $_____ per 5-gallon bottle CLIN 0270 Bottle Deposit Charge $_____ per 5-gallon bottle Option Year Three CLIN 0280 Hebbronville Checkpoint-HWY 359 $_____ per 5-gallon bottle. CLIN 0290 Hebbronville Checkpoint-HWY 16 $_____ per 5-gallon bottle CLIN 0300 Checkpoint C-29 $_____ per 5-gallon bottle CLIN 0310 Freer Checkpoint- HWY 59 $_____ per 5-gallon bottle CLIN 0320 Checkpoint- HWY 83 $_____ per 5-gallon bottle CLIN 0330 Hebbronville Station-34E St $_____ per 5-gallon bottle CLIN 0340 Hebbronville Checkpoint-FM 1017 $_____ per 5-gallon bottle CLIN 0350 Freer Station- HWY 59 $_____ per 5-gallon bottle CLIN 0360 Bottle Deposit Charge $_____ per 5-gallon bottle Option Year Four CLIN 0370 Hebbronville Checkpoint-HWY 359 $_____ per 5-gallon bottle. CLIN 0380 Hebbronville Checkpoint-HWY 16 $_____ per 5-gallon bottle CLIN 0390 Checkpoint C-29 $_____ per 5-gallon bottle CLIN 0400 Freer Checkpoint- HWY 59 $_____ per 5-gallon bottle CLIN 0410 Checkpoint- HWY 83 $_____ per 5-gallon bottle CLIN 0420 Hebbronville Station-34E St $_____ per 5-gallon bottle CLIN 0430 Hebbronville Checkpoint-FM 1017 $_____ per 5-gallon bottle CLIN 0440 Freer Station- HWY 59 $_____ per 5-gallon bottle CLIN 0450 Bottle Deposit Charge $_____ per 5-gallon bottle Deliveries shall be FOB destination to the following Checkpoints at the Laredo Sector. Contractor must deliver to the following locations: ? U.S. Border Patrol Hebbronville Checkpoint (HWY 359) delivery to 34 E ST HWY 359, Hebbronville, TX. ? U.S. Border Patrol Hebbronville Checkpoint (HWY 16) delivery to 34 E St HWY 359, Hebbronville, TX. ? U.S. Border Patrol Checkpoint C-29 delivery to 29 miles North of I-35. ? U.S. Border Patrol Freer Checkpoint (HWY 59) delivery to HWY 59 approximately 43 miles East of Laredo, TX. ? U.S. Border Patrol Checkpoint HWY 83 delivery approximately 15 miles West of IH-35 & 35 miles NW of Laredo, TX. ? U.S. Border Patrol Hebbronville Station delivery to 34 E. ST HWY 359, Hebbronville, TX ? U.S. Border Patrol Hebbronville Checkpoint (FM 1017) delivery to 34 E ST HWY 359, Hebbronville, TX. ? U.S. Border Patrol Freer Station, delivery to HWY 59, 43 miles East of Laredo, TX. Currently there is a total of approximately three thousand two hundred sixty (3,260) 5-gallon bottles of water being consumed yearly at all Laredo Sector Checkpoints. The POC for each checkpoint, which will be determined at the time of award, will be ordering the water on an as needed basis. Contractor shall coordinate delivery times and quantities with the point of contact at each designated checkpoint and provide additional emergency deliveries upon request from the point of contact. The Government intends to place (written) orders on a quarterly basis for ALL checkpoints. On a bi-weekly basis an authorized representative from each ckeckpoint will place calls with specific weekly quantities. These bi-weekly (calls) quantities shall be deducted from the quarterly order quantities until exhausted. Once exhausted additional written orders will be issued as needed. Contractor shall submit invoices on a monthly basis. The following FAR clauses and provisions apply to this acquisition: 52.216-22, Indefinite Quantity, the contract shall include one base year, with four option years. Paragraph (d) ?.shall not be required to make any deliveries under this contract after September 30, 2011. 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications ? Commercial Items; Offerors are requested to provide a completed copy of this provision with their offer. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 51.212-3 Offeror Representations and Certifications ? Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions/Commercial Items applies. FAR 52.216-19 Order Limitations, Paragraph (a) ?.1 bottle, Paragraph (b)(1) ?.500 bottles, Paragraph (b)(2) ?.500 bottles, Paragraph (b)(3) ? fourteen (14) days, Paragraph (d) ?fourteen (14) days. FAR 52.204-7 Central Contractor Registration; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition Supervision Labor and Materials. The following clauses within paragraph 52 .212-5(b) apply to this solicitation. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.225-13 Restriction on Certain Foreign Purchases and FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. The complete text of any of the clauses and provisions effective on the date of the latest Federal Acquisition Circular is available electronically from the following site: http://www.arnet.gov/far/ 52.212-2 Evaluation/Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror (as defined in FAR Part 9) whose offer conforms to the solicitation, meets the technical requirements, delivery requirements, past performance, and provides the overall most advantageous proposal to the Government, price, and other factors considered. EVALUATION The Government will award and Indefinite Delivery Indefinite Quantity (IDIQ) Single award contract for this requirement. A single award will be made to the lowest priced, technically acceptable, responsive and responsible offeror, whose proposal, conforming to the solicitation, will meet the Government?s requirements. The offerors shall be considered responsible as defined within the meaning of FAR 9.104. The following shall be used to evaluate Past Performance. Past performance information is one indicator of an offeror?s ability to perform the contract successfully, Offerors shall: Provide a list of all projects/contracts/orders where the offeror has successfully contracted for similar requirements in the past (2) years. These projects/contracts/orders shall include those performed for federal, state, and local governments and those performed for private organizations. For each project/contract/order that meets this description, the offeror shall provide the following information: 1. Customer Name (agency, bureau, private organization, etc.) 2. Customers Address 3. Project/contract/order number 4. Period of performance of Project/Contract/Order 5. Point of Contact for Project/Contract/Order 6. Point of Contact?s Address, Telephone Number, and Email Address 7. Quantities of the products delivered It is the offeror?s responsibility to ensure that all information provided as past performance is accurate, current, and complete. In its past performance evaluation, the Government may consider this information as well as any other information obtained from sources that have evaluated the offeror?s past performance. This may include other Government agencies and other private and public sources of information. Evaluation of Price Price shall be evaluated for price reasonableness. The price analysis shall take into account that the price has been determined fair and reasonable. The Government shall conduct its price analysis using one or more of the techniques specified in FAR 15.404-1(b). Options: The Government shall evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer(s), mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Price shall be considered slightly more important than Technical Factors. GENERAL EVALUATION INFORMATION (MAR 2003) In addition to the specific evaluation criteria specified herein, the Contracting Officer will consider several additional factors in the selection process. 1. The offeror must respond to all of the requirements of the solicitation and must include all information specifically required throughout the solicitation. 2. Award of a contract may not be made to an offeror unless an agreement can be secured for all terms and conditions. 3. Award can only be made to an offeror: a. Whose proposal is technically acceptable. b. Whose cost/price is determined reasonable. c. Who is considered to be responsible within the meaning of FAR 9.104. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE (MAR 2003) a. Contractor Performance Evaluation Interim and final evaluation of contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. A final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluations will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding and evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluation, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b. Electronic access to contractor Performance Evaluations Contractors that have Internet capability may access evaluations through a secure Web site for review and comments by completing the registration form that can be obtained at the following address: http://ocm.od.nih.gov/cdmp/cps_contracor.htm The registration process requires the contractor to identify and individual that will serve as a primary contact and who will be authorized access to the evaluation for review and comment. In addition, the contractor will be required to identify and alternate contact who will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time frame. Proposals are due at the Procurement office on September 04, 2007, by 1:00 PM local time to the point of contact indicated below. Point of Contact: ROSIE ZARAGOZA-SANTOS CONTRACT SPECIALIST DEL RIO SECTOR HEADQUARTERS 2401 DODSON AVE. DEL RIO, TEXAS 78840 Faxed copies can be sent to 830-778-7148. For information related to this solicitation you may contact Rosie Zaragoza-Santos, Contract Specialist, Phone 830-778-7077, Fax 830-778-7148, Email: rosie.zaragoza@dhs.gov or Kerri A. Bishop, Contracting Officer, Phone 202-344-1193, Fax 202-344-1812, Email kerri.bishop@dhs.gov
 
Place of Performance
Address: VARIOUS LOCATIONS, LAREDO, TX
Zip Code: 78402
Country: UNITED STATES
 
Record
SN01377495-W 20070820/070818220306 (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.