Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
DOCUMENT

88 -- Commercial Commodity: Deliver 2000 pounds of healthy trout to both lakes on Wright-Patterson AFB Ohio In Accordance With Specifications dated October 20, 2008 - FA8601-09-T-0004 RFQ Advertised

Notice Date
10/27/2008
 
Notice Type
FA8601-09-T-0004 RFQ Advertised
 
NAICS
112511 — Finfish Farming and Fish Hatcheries
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT_PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860109T0004
 
Archive Date
11/15/2008
 
Point of Contact
William G. Callaway,, Phone: (937) 522-4539
 
E-Mail Address
william.callaway2@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
Combined Public Notice & Solicitation #FA8601-09-T-0004, Integrated Quality Controlled Multiple Deliveries of 2,000 Pounds of Live, Healthy Trout 1. Combined Public Notice (Synopsis) and Solicitation of Intent: This Public Notice (synopsis) seeks to improve competition among capable sources by advertising unrestricted Government Requirements (solicitation) in accordance with FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Government anticipates an award less than the simplified acquisition threshold of $100K. The Government estimated fixed price (value) is less than $20,000. The applicable Department of Labor Code is NAICS 112511 stipulates the size standard of $750,000. The Government intends an award based on best and final firm quotes to Solicitation FA8601-09-T-0004 will be Not Later Than (NLT) 10 days after this solicitation is posted (advertised) on the Federal Business Opportunities internet website (FedBizOpps). To be considered eligible (responsive) for this Federal award both large and small sized business firms should send firm quotes that comply with all terms and provisions in this solicitation. To be eligible for any Federal award all interested firms shall ensure their quotes are received by the issuing contract activity before the advertised NLT opening time/date for each Solicitation. A determination by the Government to award without discussions or not to compete this proposed award, based upon quotes received from this notice, is solely within the discretion of the Government. The Government shall not pay companies for and cost to prepare and send quotes. 2. Instructions To Offerors submitting Quotes: Federally mandated instructions for submitting responsive quotes summarize how to comply with key terms and provisions in this Request For Quotations (RFQ). To be eligible for this Federal award firm quotes complying with this solicitation shall be received by the issuing contract activitiy (88 CONS/PKPB) NLT 10 AM Local Time five days after this solicitation is advertised on FedBizOpps. Each firm quote shall identify active company DUNS code, CAGE code and Federal Tax ID code. Companies should ensure 88 CON/PKPB receives their best and final quote within five days of this advertised RFQ because the Government reserves the right to award without discussion. Evaluation criteria for this intended award are the lowest price technically capable source based on fixed unit prices for each performance (phased) delivery schedule line item in Solicitation Specifications. Send all quotes to CONS/PKPB, 1940 Allbrook Drive Room 109, Wright-Patterson AFB, OH 45433-5309 Attn: William G Callaway. Confirm quote receipt with Mr. Callaway by email william.callaway2@wpafb.af.mil, phone (937) 522-4539 and FAX (937) 227-3926. WILLIAM G. CALLAWAY, October 24, 2008 DANIEL J. LYONS III, October, 2008 Contract Negotiator/Administrator Contracting Officer Attachments to Combined Synopsis and Solicitation follow: --------------------------------------------------- COMMERCIAL COMMODITY: DELIVER 2000 POUNDS OF HEALTHY TROUT TO WRIGHT-PATTERSON AFB OHIO IN ACCORDANCE WITH SPECIFICATIONS - DATED OCTOBER 20, 2008 1. SPECIFICATIONS: Before 31 March 2009 the contractor shall complete all four phased deliveries of live, healthy rainbow trout ranging from a minimum weight per fish of 3/4 pound to maximum weight of 2 pounds to both lake locations on Wright-Patterson AFB, OH. Both the contractor and Government will use phone calls and FAX correspondence to confirm all scheduled delivery orders and any weather related changes to paragraph 2 (AS REQUIRED DELIVERY SCHEDULE). All trout deliveries are inherently time sensitive and require seven calendar days before each scheduled delivery date due to changing lake water temperatures, water quality, fish eating habits and acclimation inherent with harvesting (weaning) affected by lake conditions. Within seven calendar days of each government-accepted delivery, the contractor shall guarantee no cost replacement of any fish deaths inherent with acclimation to lake conditions when the Government does not overly stress (abusively poke and weigh) delivered fish. To be eligible for this award each company shall provide the company's most current copy of annual State of Ohio Certification (License) to transport and sell live Rainbow Trout. The license must renewed and submitted as needed throughout the duration of the contract. 2. AS REQUIRED DELIVERY SCHEDULE: Anticipated delivery dates and pounds delivered to Gravel Lake and Bass Lake on Wright-Patterson AFB, OH are phased (multiple) delivery orders. The contractor shall coordinate AS REQUIRED changes to phased delivery orders at least 24 hours prior to each delivery date. All deliveries shall be accepted during the same week for the following Not Later Than (NLT) dates; delivered pounds; and lake locations. Phased (Multiple) Delivery Orders Pounds Lake Location Phase 1, NLT November 13, 2008 400 Gravel Lake Phase 2, NLT November 13, 2008 200 Bass Lake Phase 2, NLT November 20, 2008 400 Gravel Lake Phase 3, NLT March 05, 2009 400 Gravel Lake Phase 3, NLT March 05, 2009 200 Bass Lake Phase 4, NLT March 19, 2009 400 Gravel Lake Total Deliveries NLT March 31, 2009 2,000 3. INSPECTION OF DELIVERIES: The Government Program Manager shall ensure herein designated Government inspector meets each contractor truck at Gravel Lake and Bass Lake for each confirmed delivery date. When flooding of Gravel Lake precludes contract truck access, the Government inspector shall ensure access for fish to be delivered to Bass Lake. The contractor shall weigh fish at the applicable lake delivery site. Contractually authorized Government Inspectors/Acceptor identified herein shall approve receiving reports the same day of each delivery. Inspectors will witness and verify contractor weighing during each fish delivery. After each fish delivery the contractor is prohibited from draining any residue fish tanks water on any lake shore. Name, phone, and FAX number of contractually authorized Government Inspector/Acceptor: Name Phone (937) FAX (937) Karen Beason 257-5899 656-1534 Dave Dalton 257-5060 Ann Lynch 257-2924 4. ACCESS TO LAKE DELIVERY SITES: Because this fish farm contractor shall require recurring access (escort) through the 88 Security Forces Squadron (SFS) controlled commercial vehicle gate to delivery sites, the contractor and Government Inspector/Acceptor shall mutually ensure this contractor complies with all current 88 SFS/SFOX (PASS AND REGISTRATION) BASE ACCESSS REQUIREMENTS. This solicitation includes applicable FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-19 and 2005-20, including FAR Provision 52-212-1 and FAR Clauses 52.212-4 and 52.212-5. Attachment 1 is FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Sep 2007) An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. -Attachment 2 is DFARS PROVISION 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) Each offeror who has not completed on-line representations and certifications shall submit with its quote a completed and sign copy of the attached FAR Provision 52-212-3. An offeror need only complete Paragraph (j) of this provision if the offeror has completed the annual representation and certifications on-line at http://orca.bpn.gov. When any offeror did not complete annual representations and certifications electronically on the ORCA website the offeror shall complete only paragraphs (b) through (i) of this provision. FAR Clause 52.212-4, Contractor Terms and Conditions, Commercial Items is hereby incorporated by reference. Additional FAR clauses cited in FAR Clause 52.212-5 apply to this acquisition. Other clauses applicable clauses will be incorporated within the resultant purchase order. This solicitation incorporates FAR Provision 52.212-1, "Instruction to Offerors," by reference. Award will make to the lowest-priced technically acceptable source. All sources shall include within their offers a completed copy of FAR Provision 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items (June 2006)" and DFARS Provision 52.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005)."Any quote taking exception to the use of DFARS Clause 252.232-7003 ("Electronic Submission of Payment Requests") shall explain why the offeror cannot use electronic invoicing. To be eligible for award, any source who cannot use electronic invoicing must explain any undue burden (harm) that mandatory use of electronic invoicing would cause.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d5143c08127fcf6d78b6c0cdffadb71c&tab=core&_cview=1)
 
Document(s)
FA8601-09-T-0004 RFQ Advertised
 
File Name: Solicitation FA8601-09-T-0004 Advertised for award within 10 days (FA8601-09-T-0004 RFQ Advertised.pdf)
Link: https://www.fbo.gov//utils/view?id=6e0a31177ac400befd91b9519c841089
Bytes: 1,940.72 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 88 Air Base Wing- Civil Engineering Environmental Management Division, 1450 Littrell Road, Wright Patterson Air Force Base, Fairborn, Ohio, 45455-5261, United States
Zip Code: 45455-5261
 
Record
SN01696658-W 20081029/081027214735-d5143c08127fcf6d78b6c0cdffadb71c (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.