Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2007 FBO #2155
MODIFICATION

87 -- Amended: CANINE FEED

Notice Date
10/19/2007
 
Notice Type
Modification
 
Contracting Office
ATTN: Procurement, TUCSON, AZ 85711
 
ZIP Code
85711
 
Solicitation Number
20031168A
 
Response Due
11/5/2007
 
Archive Date
5/3/2008
 
Point of Contact
Name: Lorie Derr, Title: Contract Specialist, Phone: 5207483261, Fax: 5207483148
 
E-Mail Address
lorie.derr@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20031168A and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 111940 with a small business size standard of $M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-11-05 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, BASE YEAR: Date of award ? 30 Sept 2008; The DHS- Customs and Border Protection has a requirement for canine food for an estimated 81 canines. The number of canines may be subject to increase or decrease due to changes in the needs of the service. Must be Brand Name listed (for all line items) Purina Pro Plan Performance (All Life Stages) (K9) (SEE ATTACHED SOW FOR FURTHER DETAILS),Minimum of 840 and Maximum of 984 bags of Pro Plan All Life Stages per year. Note: In order to be considered vendors must document specs of what they are bidding for all line items., 984, BAGS; LI 002, Purina Pro Plan Lamb and Rice (Adult) (K9) (SEE ATTACHED SOW FOR FURTHER DETAILS), Minimum of 100 and Maximum of 168 bags of Pro Plan Lamb & Rice per year, 168, BAGS; LI 003, Purina Pro Plan Chicken and Rice Weight Management Formula (K9) (SEE ATTACHED SOW FOR FURTHER DETAILS), Minimum of 8 and Maximum of 12 bags of Chicken/Rice Formula per year, 12, BAGS; LI 004, Nutro Natural Choice Chicken Meal, Rice and Oatmeal Formula (K9) (SEE ATTACHED SOW FOR FURTHER DETAILS), Minimum of 15 and Maximum of 36 bags of Nutro Natural per year, 36, BAGS; LI 005, OPTION YEAR ONE - 10/01/2008-09/30/2009 (See above for all items). The Government may increase or decrease the quantities depending on the year?s needs., 1, LOT; LI 006, OPTION YEAR TWO -10/01/2009-09/30/2010 (See above for all items). The Government may increase or decrease the quantities depending on the year?s needs., 1, LOT; LI 007, 10/01/2010-09/30/2011 (See above for all items). The Government may increase or decrease the quantities depending on the year?s needs., 1, LOT; LI 008, OPTION YEAR FOUR ? 10/01/2011-09/30/2012 (See above for all items). The Government may increase or decrease the quantities depending on the year?s needs., 1, LOT; For this solicitation, DHS-Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Auction Term **TO HAVE A BID CONSIDERED FOR AWARD ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL/PRODUCT BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. The Award Criteria is "Best Value". 1) TECHNICAL ACCEPTABILITY 2) PAST PERFORMANCE 3) PRICE The Government will award an Indefinite Delivery Indefinite Quantity (IDIQ) single award contract for this requirement. The IDIQ contract is to be firmed fixed pricing to be awarded as a result of this solicitation. The Government will award a contract to the responsible offeror (as defined in FAR Part 9) CUSTOMS AND BORDER PATROL RESERVES THE RIGHT TO CHANGE THE QUANTITIES DUE TO NEED. (SEE SOW FOR FURTHER DETAILS)
 
Web Link
www.fedbid.com (b-57365_03, n-9618)
(http://www.fedbid.com)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
Country: Multiple
 
Record
SN01437605-W 20071021/071019223434 (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.