Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

89 -- Beverage Mix

Notice Date
12/16/2008
 
Notice Type
Modification/Amendment
 
NAICS
424490 — Other Grocery and Related Products Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Milan, PO Box 9999, 4004 East Arkona Road, Milan, Michigan, 48160
 
ZIP Code
48160
 
Solicitation Number
RFQ41702-006-09
 
Archive Date
1/17/2009
 
Point of Contact
Lisa G. Erdmann,, Phone: 7344391511, Peter J. Boss,, Phone: 734-439-5541
 
E-Mail Address
lerdmann@bop.gov, pboss@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
8960 Subsistence - Beverage 424410 (i) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation #RFQ41702-006-09 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 28. (iv) This procurement is not set-aside for Small Business. (v) 1. Beverage base, Orange, Lemon, Grape, Punch, 19 to 1 base/mix ratio, 5 gallon ctn: approx, 1000, ctn @ _________ = total ________________. 2. Beverage base, Iced Tea, Sweetened and UnSweetened., 11 to 1 base /mix ratio, 5 gallon ctn: approx 340 ctn @ ________________ = total ____________________. 3.Coffee, frozen concentrate, 30 to 1 base/mix ratio, 3 ct per cs: approx 300 case @ ________________= total ____________________. (vi) All items shall be BAG IN BOX containers, Frozen Liquid concentrate, SUGAR FREE (No Saccharin), KOSHER certified, and Vitamin-C fortified (36 mp per 8 oz serving). Provide a fixed price for the entire term of the contract. Quantity is estimated. Contractor shall provide and maintain machines to dispense at no charge to the facility. Each non coffee machine will also dispense ice as part of the unit and labels for flavor. All equipment shall be installed and fully functional within 30 days after receipt of order. Machines will remain the property of the contractor and shall be retrieved as the contractors expense as the conclusion of the contract. Actual need will be by delivery order each month for delivery the following week. Containers will be on a one for one exchange, with no deposit. Drivers will be required to pass NCIC prior to entry into secure facility. STATEMENT OF WORK /BEVERAGE CONTRACT The Federal Bureau of Prisons, Federal Correctional Institution, Milan, Michigan, intends to make a single award to a responsible small business entity for the provision of Bag-In-Box (BIB) products, equipment and service for the FCI and FDC at Milan, Michigan. A. AWARD REQUIREMENTS: EQUIPMENT Coffee -All beverages required would be dispensed by a machine that uses frozen liquid concentrate. The machines would be supplied and maintained by the vendor. Cold Beverages -All beverages required will be dispensed by a bag-in-box dispensing system supplied and maintained by the contractor. Each machine shall have an ice dispenser as part of the unit They are also required to supply one (I) full set of flavor labels for each machine. Replacement labels should by supplied upon request. The contractor shall deliver, install and have equipment fully operational withing 30 days from date of award. The FCI may request, at any time throughout the life of the contract, additional equipment or current equipment removed as necessary. All equipment provided shall remain the property of the contractor and shall be retrieved at the contractors expense upon completion of the resulting contract. The contractor will be responsible to maintain all these machines. EQUIPMENT LOCATIONS Coffee -FCI Inmate Dining Room -Two (2) dispensing units, 3 head units (2 coffee, I hot water) FDC Kitchen -One (I) dispensing unit, 3 head units (2 coffee, 1 hot water) Cold Beverages -FCI Inmate Dining Room -Two (2) beverage dispensing units, 6 head units FCI Staff Dining Room -One (1) beverage dispensing unit. 6 head unit FDC Kitchen -One (I) beverage dispensing unit, 6 head unit NOTE: All units will be new equipment. Contractor will be responsible for upkeep and maintenance. Total dispensing units required: Three new coffee units and four new cold beverage units. Dispenser Description Coffee -The dispensing system would be required to dispense Regular Caffeine Coffee and Hot Water. The dispensing units must have a filter system that will filter incoming water to protect equipment and ensure quality a product. Each dispensing unit will heat incoming cold water to a point where suitable coffee temperatures will be maintained (160 -180 degrees) when dispensing 500 portions in a one hour period. The dispensing unit must be a table top unit to sit on an existing beverage cabinet (beverage cabinet is the only equipment mentioned that is provided by the Government) and be adaptable to hook up to existing drains on beverage cabinet without spillage onto the beverage, bar. The coffee containers must be self-contained inside the dispensing unit and can not require piping or additional equipment outside of the dispensing unit. Cold Beverages -The contractor will be required to provide beverage racks with the capability to store the products being dispensed. The contractor shall provide and install refrigerated, post mix, counter top style, ice/beverage dispensing units with six (6) fast flow push lever style heads. They will also provide electric (quiet run) pumps to pump the product from the storage areas out to the machines. All new units, shall be the same make and model number and be uniform in appearance. The dispensers provided by the contractor must fit on the counter space available at each location. The dispensing unit shall accept all cup sizes. Each unit shall have the ability to dispense ice. The equipment should be completely secured with no free access to the internal parts. The FCI shall provide water connections, electricity and drains at the dispenser locations. Repair Services Repair services on the equipment supplied by the contractor shall be provided throughout the life of the contract at no additional cost. The service will include preventative maintenance checks at least once every 60 days. Preventative maintenance shall include the following: 1. A complete check of all dispensing equipment and calibration of coffee concentrates, syrups and water ratios. 2. Inspection to ensure product is dispensing at proper temperature. 3. Cleaning of all o-rings and tubing. 4. Cleaning of all dispenser parts as well as the condenser. 5. Replacement of any worn or defective parts. 6. Completion of signed preventative maintenance forms. The Government shall notify the contractor of any equipment breakdown or failure to dispense. Request for repairs will be made by the Food Service Administrator (FSA) and/or designee. The contractor shall provide repair service within four (4) hours of the request, including weekends and holidays. In the event repairs can not be made within twenty-four (24) hours, a loaner machine should be delivered and installed within twenty-four (24) hours of the service call. Supplies Coffee -The contractor shall provide a caffeinated liquid concentrate with no additives or preservatives. Product shall contain 23% coffee solids per volume of concentrate. Range of PH 4.95 -5.15. Product shall be prepared, packaged and processed in accordance with all applicable laws, regulations and standards for this type of coffee product. Shelf life shall be at least 24 days when maintained chilled at 40 degrees or below. Product shall be delivered frozen. The finished coffee product should have a medium coffee profile. Quoters will be required to provide a sample of the finished product based on the ratio stated in the quote. Cold Beverages -The contractor shall provide, non-alcoholic. liquid concentrate BIB beverages.. The vendor will provide the following flavors, Orange, Lemon, Grape, Fruit Punch and Sweet Tea. All products shall be Kosher certified, sugar free, and Vitamin-C fortified (36 mg per 8 oz serving). All products shall have a minimum useable shelf life of 90 days from day of delivery when stored at 80 degrees Fahrenheit or below. The expiration date shall be printed and visible on each box. Electric (quiet run) pumps shall be provided to pump the product to the dispensing unit sights. •••• Products may not contain saccharin •••• Delivery Order Information The FCI will place orders as needed. Products shall be delivered Monday through Friday, 7:30 am to 2:30 pm, excluding Federal Holidays. B. INSTITUTION SECURITY: Institution security regulations state it is a Federal Offense to bring onto the institution grounds any firearms, destructive devices, ammunition, or other objects designed to be used as a weapon, narcotic drugs, controlled substances, alcoholic beverages, currency, or other objects without the knowledge and consent of the Warden. Due to security requirements, the delivery vehicle will be searched upon entry and departure. Delay is usually minimal; in the event of fog, severe weather or institution emergencies, the delay may exceed one-half (Y2) hour. Under no circumstances shall the government be held responsible for any additional cost to the contract which may occur due to the interruptions in delivery due to fog/severe weather or institution emergencies. The driver's will have to clear a NCIC prior to servicing the Institution. Upon clearance, the driver will present a current driver's license for entry to the Institution. If the driver does not have a valid driver license, entry will be denied. (vii) Delivery to begin two weeks after effective date of award and continue on a delivery order basis until September 30, 2009, FOB Milan, Michigan, (Destination) will be accepted from 7:30 am to 1:30 pm on Tuesdays or Thursdays inside the secure perimeter. All drivers will need to complete a security background check prior to entry. Delays for delivery due to security concerns of facility and inherent weather will be incurred and are not reimbursable. (viii) The provisions at 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation - Commercial Items, - Price (x) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. (xi) Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated. Such orders may be issued from January, 2009 through September 30, 2009. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50 ctn, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of items listed in (v) above; (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2009. (End of clause) (xii) Payment will be made net 30 days ARO by electronic funds transfer or credit card. (xiii) Offers are due January 2, 2009 2:00 EST. (xv) Contact Lisa Erdmann (734) 439-4744, Fax (734) 439-8454, email lerdmann@bop.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d4c4ee44154fd425e527a835221d6279&tab=core&_cview=1)
 
Place of Performance
Address: Federal Correctional Instution, 4004 East Arkona Road, Milan, Michigan, 48160, United States
Zip Code: 48160
 
Record
SN01719746-W 20081218/081216215401-e3dba776d7190a6529125ef6894afe39 (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.