Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

89 -- Quarterly Egg Requirement

Notice Date
2/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424420 — Packaged Frozen Food Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FDC SeaTac, PO BOX 13901, 2425 S. 200th Street, Seattle, Washington, 98198
 
ZIP Code
98198
 
Solicitation Number
RFQ61105-0019-9
 
Point of Contact
Christina Wade,, Phone: (206)870-5797, Scott E. Cooper,, Phone: (206)870-5768
 
E-Mail Address
SET1710@BOP.GOV, scooper@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 RFQ61105-0019-9 is issued as a Request for Quote. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-29. This acquisition is a total small business set-aside. The NAICS code for this requirement is 424420; the small business size standard is 500 employees. GENERAL REQUIREMENTS: The Federal Bureau of Prisons, Federal Detention Center located at 2425 South 200 th Street, Seatac, Washington, 98198, is requesting quotes for eggs. PERIOD OF PERFORMANCE: April 1, 2009, through June 30, 2009. SCHEDULE OF ITEMS: Item 0001. Eggs, Whole, Fresh, U.S. Grade A, Medium, 30 Dozen per case. Quantity: 125 cases. Item 0002. Eggs, Whole, Frozen, Pasturized 6 - 5 lb containers per case. Quantity: 365 cases. Quantities listed are the estimated total quantities for the entire period of performance. There are no minimum or maximum quantities guaranteed or specified. All prices must be quoted FOB Destination. EVALUATION FACTORS: The Government intends to make a single award to the lowest-priced technically acceptable offer. DELIVERIES: Deliveries will be made weekly on a day mutually agreed upon between the Government and the Contractor at the beginning of the period of performance. The contractor will be contacted prior to each delivery and advised of the exact quantity required. Delivery days falling on Federal holidays will be delivered on the next workday. Receiving hours are from 6:30 a.m. to 1:00 p.m., Tuesday through Friday (excluding Federal Holidays) unless otherwise mutually agreed upon between the Government and the Contractor. Deliveries must be palletized. For security reasons, Bureau of Prisons staff cannot enter the delivery trucks to remove or assist in the unloading process. Drivers are required to assist in the unloading of deliveries. The driver must, at a minimum, push their pallet(s) to the edge so that our material handlers can unload them with the forklift. Contractors are responsible for ensuring shipping companies and/or truck drivers are informed of the receiving hours and delivery requirements. PAYMENT: Payment will be made in accordance with the Prompt Payment Act. If applicable, the special payment provisions of the Packers and Stockyard Act of 1921 (7 United States Code (USC)182(3)) or the Perishable Agricultural Commodities Act of 1930 (7 USC 499a(4)) or the Fish and Seafood Promotion Act of 1986 (16 USC 4003(3)) will apply. If quoters offer payment terms which are economically beneficial to the Government and subsequently incorporated into the contract/order, those offered payment terms will apply. Payment will be made by Electronic Funds Transfer (EFT). Partial payments are authorized. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (FEB 1998): 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2008); 52.212-5. Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JAN 2009): 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (JUN 2007) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUN 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (AUG 2007); 52.225-1, Buy American Act--Supplies (JUN 2003) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); 52.212-1, Instructions to Offerors--Commercial Items (JUN 2008); 52.212-3, Offeror Representations and Certifications--Commercial Items (JUN 2008); 52.215-5, Facsimile Proposals (OCT 1997). SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The Request for Quote Number (RFQ61105-0019-9); 2. Schedule of Items with Pricing; 3. Contractor DUNS Number and Taxpayer Identification Number; and 4. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2008). Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. In conjunction with required registration in the CCR database, prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. Offers are due no later than March 11, 2009, 4:00 p.m. Pacific. Offers received after this date and time will not be considered for award. The postal mailing address is: Federal Detention Center, Attn: Christina Wade, Supervisory Contract Specialist, PO Box 13901, Seattle, WA 98198. Express mail to 2425 South 200 th Street, SeaTac, WA 98198. Offers may also be faxed to (206) 870-1023. The anticipated date of award is on or about March 18, 2009. This solicitation is distributed solely through the General Services Administration's Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=36b7413b6ba32b7abff5919f72f1b889&tab=core&_cview=1)
 
Place of Performance
Address: Federal Detention Center, 2425 South 200th Street, SeaTac, Washington, 98198, United States
Zip Code: 98198
 
Record
SN01752563-W 20090220/090218220335-36b7413b6ba32b7abff5919f72f1b889 (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.