Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

89 -- Delivery of Bottled Water 9274BW02

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424490 — Other Grocery and Related Products Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-09-T-1075
 
Response Due
8/25/2009
 
Archive Date
10/24/2009
 
Point of Contact
DJ Neal, 928-328-6916<br />
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(dale.neal1@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Army Yuma Proving Ground (USAYPG), Arizona has a requirement for a Bottle Water Contract consists of delivering bottled drinking water and chilled dispensers for customers throughout USAYPG. Some customers also require bulk drinking water, and appropriate tanks for storing bulk water. Bottled and bulk purified water are also required. The contract will include a 12-month base period and 3 one-year option periods. A firm-fixed price contract is anticipated. This acquisition is a Commercial Item, in accordance with FAR subpart 12 and 13.5 Test program, and is being solicited as a 100% Small Business Set-Aside. The Standard Industrial Code (SIC) 5149 and North American Industrial Classification Code (NAICS) applicable to this acquisition are 424490 with a size standard of 500. Selection of the successful contractor will be made using best value procedures. The evaluation criteria will be provided in the solicitation package. The solicitation will be available on our web page at http://www.yuma.army.mil/contracting on or about 10 August 2009. After reviewing the solicitation, if you plan on participating in this acquisition, please provide your name, address, phone number and e-mail address via e-mail to the address provided herein so that we may notify you of any amendments being posted to the web page. Failure to provide this information to our office may result in you not being notified of any amendments in a timely manner. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price, delivery and past performance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34 effective 01 July 2009 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20090115. It is anticipated that payment will be made by Government Visa Credit Card. The North American Industry Classification System (NAICS) is 424490 with a size standard of 500 employees. This requirement is 100% set aside for small business. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html all proposals shall be clearly marked with Solicitation W9124R-09-T-1075 and emailed to contact listed below via email or sent by facsimile to 928-328-6849 no later than 8:00 AM MST, Aug 25th, 2009. The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on delivery and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jun 2008), 52.212-3 Offeror Representations and Certifications Commercial Items (Jul 2009). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm 52.212-4 Contract Terms and ConditionsCommercial Items (Mar 2009), 52.223-6 Drug-Free Workplace (May 2001), 52.228-5 Insurance Work on a Government Installation (Jan 1997), 52.232-18 Availability of funds (Apr 1984), 52.247-34 F.O.B. Destination (Nov 1991), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.212-5 Contract Terms and Conditions required to implement statutes or executive ordersCommercial Items (Jun 2009) with special consideration to 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.219-28 Post-Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Vets (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-34 Payment by Electronic Funds Transfer--Other Than Central Contractor Registration (May 1999), 52.232-18 Availability of Funds (Apr 1984), 52.232-36 Payment by Third Party (May 1999), 52.247-34 F.o.b. Destination (Nov 1991), DFAR 252.201-7000 Contracting Officers Representative (Dec 1991), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.212-7001 Contract terms and conditions required to implement statues or executive orders applicable to defense acquisitions of commercial items Jan 2009 with special consideration to 52.203-3 Gratuities (Apr 1984), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009),252.225-7001 Buy American Act, 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), and The following Local Clause also applies: 5152.233-4000, AMC-Level Protest Program (Nov 2008) SEE NOTE 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1075/listing.html)
 
Place of Performance
Address: CCMI-RCY, Yuma Proving Ground - DABK41 ATTN: Mission and Installation Contracting Command, Building 2364, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01906133-W 20090812/090811001927-c2841383010e7714b6f0718395de0d86 (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.