Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

73 -- Disposable plates, bowls,flatwrae, and hinged containers

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
326140 — Polystyrene Foam Product Manufacturing
 
Contracting Office
ACA, Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9137172220001
 
Response Due
9/6/2007
 
Archive Date
11/5/2007
 
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 Fort Jackson, SC has a requirement for the following dining facility items: Line Item 0001: Plate 10 inch, 3 Compartment (DISPOZ-O part FP10-3-500) Brand Name or Equal, 4000 cases. L ine Item 0002: Bowl 6 inch, (DISPOZ-O part FB6-1000) Brand Name or Equal, 540 Cases. Line Item 0003: Hinged Container 10inch, 3 Compartment (DISPOZ-O part FHC-10-3-200) Brand Name or Equal, 400 Cases. Line Item 0004: Med. wt. Polypro Items, 13x13 Napkin Wrapped (DISPOZ-O part P2503PCSPMWKIT) Brand Name or Equal, 4,500 Cases. Shipping FOB destination Fort Jackson, SC. Required delivery ARO within 7 calendar days (routine) and delivery ARO within 2 calendar days (emergency). Demonstrate your capability t o meet this requirement. POC: Jim Frock 803-751-7969 or jim.frock@us.army.mil. Responsible and responsive quotes submitted via email or electronically through FedBizOpps or ASFI no later than 11AM on 6 September, 2007 will be considered. The Government a nticipates a contract, if awarded, to be a requirements contract starting on the date the award is signed through 12 months (base period) and 4 option years per line item. Ensure your quote is for the base plus 4 option years per line item (option year qu antities are the same as the base period item number quantities). Clearly annotate the period of time your quote is good for: (i.e. 90 days, 120 days, etc&) The Governments obligation herein is contingent upon Congress enacting appropriations for FY 08. Payment will be made by GPC. Bidder must accept GPC. The NAICS is: 326140. This solicitation is a Small Business Set-Aside. Reps and Certs must be complete (ORCA) and the NAICS certification must be 326140. However, should less than 2 or more small busi nesses submit responsive and responsible quotes, quotes from large businesses will be considered. NOTE: Brand Name or Equal. The Government plans to award a contract resulting from this solicitation to the responsive and responsible Bidder whose bid bes t conforms to the solicitation and which is most advantageous to the Government. The following factors shall be used to evaluate offers and are listed in descending order of importance IAW FAR Part 52.212-2 Evaluation-Commercial Items: (1)product (2)price (3)delivery (4) past performance; product when combined with delivery are equal when compared to price. FAR Part 52.214-21 Descriptive Literature states: Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as--(1) Design; (2) Materials; (3) Components; (4) Performance characteristics; and (5) Methods of manufacture, assembly, construction, or operat ion. Descriptive literature, as used in this provision, means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that show a products characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. Ensure you include Descriptive Literature in your bid. Should no offer meet the requirement, an award will not be made. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The following clauses and provisions are applicable and included by reference. This solicitation incorporates one o r more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at thi s/these address(es): http://farsite.hill.af.mil 52.211-17 Delivery of Excess Quantities SEP 1989 52.247-34 F.O.B. Destination NOV 1991 52.203-3 52.204-4 Gratuities Printed or Copied Double-Sided on Recycled Paper APR 1984 AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel NOV 2006 52.209-6 52.212.4 52.212-5(DEV) Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Contract Terms and Conditions -- Commercial Items Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) SEP 2006 (Feb 2007) (Mar 2007) 52.216-18 52.216-19 52.216-21 52.216-22 52.222-19 Ordering Order Limits Requirements Indefinite Quantity Convict Labor OCT 1995 OCT 1995 OCT 1995 OCT 1995 JUN 2003 52.222-21 Child Labor -- Cooperation with Authorities and Remedies JAN 2006 52.222-37 Prohibition Of Segregated Facilities FEB 1999 52.223-5 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.225-13 Pollution Prevention and Right-to-Know Information AUG 2003 52.227-1 Restrictions on Certain Foreign Purchases FEB 2006 52.227-2 Authorization and Consent JUL 1995 52.228-5 Notice And Assistance Regarding Patent And Copyright Infringement AUG 1996 52.232-18 Insurance - Work On A Government Installation JAN 1997 52.233-3 Availability Of Funds APR 1984 52.237-2 Protest After Award AUG 1996 52.242-13 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.253-1 52.217-6 52.217-7 52.217-9 52.219-4 Bankruptcy Option for Increased Quantity Option for Increased Quantity -- Separately Priced Line Item Option to Extend the Term of the Contract Notice of Price Evaluation for HUBZone Small Business Concerns JUL 1995 Mar 1989 Mar 1989 Mar 2000 Jul 2005 252.201-7000 Computer Generated Forms JAN 1991 252.204-7003 Contracting Officer's Representative DEC 1991 252.209-7004 Control Of Government Personnel Work Product APR 1992 252.223-7006 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7001 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7002 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7012 Qualifying Country Sources As Subcontractors APR 2003 252.225-7013 Preference For Certain Domestic Commodities JAN 2007 252.225-7021 Duty-Free Entry OCT 2006 252.232-7003 Trade Agreements MAR 2007 252.232-7010 Electronic Submission of Payment Requests MAR 2007 Levies on Contract Payments DEC 2006 Pricing Of Contract Modifications DEC 1991 52.212-4 Contract Terms And Conditions-- Commercial Items Feb 2007 52.216-21 Requirements Oct 1995 52.223-11 Ozone-Depleting Substances May 2001 52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004 52.252-2 Clauses Incorporated By Reference Feb 1998 52.252-6 Authorized Deviations In Clauses Apr 1984 252.204-7006 Billing Instructions Oct 2005 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Apr2007) (Deviation) 5152.233-9000 Army Contracting Agency Executive Level Agency Protest Program(APR 2004) 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2005 52.212-3 Alt I Offeror Representations and Certifi cations--Commercial Items (Nov 2006) Alternate I APR 2002 52.225-18 Place of Manufacture SEP 2006 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006 252.225-7032 Waiver Of United Kingdom Levies--Evaluation of Offers APR 2003 52.211-6 Brand Name or Equal AUG 1999 52.217-4 Evaluation Of Options Exercised At The Time Of Contract Award JUN 1988 52.217-5 Evaluation Of Options JUL 1990 52.232-15 Progress Payments Not Included APR 1984 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.214-3 Amendments To Invitations For Bids DEC 1989 52.214-4 False Statements In Bids APR 1984 52.214-5 Submission Of Bids MAR 1997 52.214-6 Explanation To Prospective Bidders APR 1984 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids NOV 1999 52.214-10 Contract Award--Sealed Bidding JUL 1990 52.214-12 Preparation Of Bids APR 1984 52.214-21 Descriptive Literature APR 2002 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.207-4 Economic Purchase Quantity--Supplies (Aug 1987) 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, And Other Responsibility Matters (Dec 2001) 52.214-16 Minimum Bid Acceptance Period (Apr 1984) 52.222-18 Certification Regarding Knowledge Of Child Labor For Listed End Products (February 2001) 52.222-22 Previous Contracts And Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 252.212-7000 Offeror Representations And Certifications- Commercial Items. (Jun 2005) 252.225-7000 Buy American Act--Balance Of Payments Program Certificate (Jun 2005) 252.225-7020 Trade Agreements Certificate (Jan 2005) 52.233-2 Service Of Protest (Sep 2006) 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) 52.252-5 Authorized Deviations In Provisions (Apr 1984)
 
Place of Performance
Address: ACA, Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
Country: US
 
Record
SN01389350-W 20070831/070829221715 (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.