Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

75 -- COATED AND LAMINATED PAPER MANUFACTURING - ATTACHMENT A - QUOTE SHEET

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322222 — Coated and Laminated Paper Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-09-T-0070
 
Archive Date
9/15/2009
 
Point of Contact
Jason M. Reedy, Phone: 804-734-8000 ext. 49815, Michael L Shaffer, Phone: 804-734-8000 X 48681
 
E-Mail Address
Jason.Reedy@Deca.Mil, michael.shaffer@deca.mil
(Jason.Reedy@Deca.Mil, michael.shaffer@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT C - COMMISSARY LOCATIONS ATTACHMENT B - PAST PERFORMANCE SURVEY ATTACHMENT A - QUOTE SHEEET i.This is a combined synopsis and solicitation for commercial items (supply) prepared in accordance with the format Subpart FAR 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. This combined synopsis and solicitation replaces the previous synopsis HDEC05-09-R-0003. ii.The solicitation number for this procurement is HDEC05-09-T-0070 and is issued as a Request for Quote (RFQ). iii.This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-35, DFARS Change Notice 20090115, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. iv.This solicitation is set-aside 100% for small business. For information purposes, the Federal Supply Classification is 7530, the North American Industry Classification systems (NAICS) code is 322222, which has a small business size standard of 500 employees. v.Contract Line Item Numbers (CLINS) (See Attachment A for estimated quantities of each type of label): CLIN 0001 LABELS, THERMAL, VARIOUS FIRM FIXED PRICE THERMAL PRINT SCALE LABELS FOR USE IN HOBART AND METTLER TOLEDO SCALES FOR USE IN VARIOUS COMMISSARIES IN CONUS, ALASKA, HAWAII, AND PUERTO RICO LINE ITEM DESCRIPTIONS, UNIT PRICES AND ESTIMATED QUANTITIES ARE ON SPREADSHEETS AT ATTACHMENT A. BASE YEAR: SEPTEMBER 15, 2009 THROUGH AUGUST 31, 2010 CLIN 0002 LABELS, THERMAL, VARIOUS FIRM FIXED PRICE THERMAL PRINT SCALE LABELS FOR USE IN HOBART AND METTLER TOLEDO SCALES FOR USE IN VARIOUS COMMISSARIES IN CONUS, ALASKA, HAWAII, AND PUERTO RICO LINE ITEM DESCRIPTIONS, UNIT PRICES AND ESTIMATED QUANTITIES ARE ON SPREADSHEETS AT ATTACHMENT A. OPTION YEAR 1:SEPTEMBER 1, 2010 THROUGH AUGUST 31, 2011 CLIN 0003 LABELS, THERMAL, VARIOUS FIRM FIXED PRICE THERMAL PRINT SCALE LABELS FOR USE IN HOBART AND METTLER TOLEDO SCALES FOR USE IN VARIOUS COMMISSARIES IN CONUS, ALASKA, HAWAII, AND PUERTO RICO LINE ITEM DESCRIPTIONS, UNIT PRICES AND ESTIMATED QUANTITIES ARE ON SPREADSHEETS AT ATTACHMENT A. OPTION YEAR 2:SEPTEMBER 1, 2011 THROUGH AUGUST 31, 2012 CLIN 0004 LABELS, THERMAL, VARIOUS FIRM FIXED PRICE THERMAL PRINT SCALE LABELS FOR USE IN HOBART AND METTLER TOLEDO SCALES FOR USE IN VARIOUS COMMISSARIES IN CONUS, ALASKA, HAWAII, AND PUERTO RICO LINE ITEM DESCRIPTIONS, UNIT PRICES AND ESTIMATED QUANTITIES ARE ON SPREADSHEETS AT ATTACHMENT A. OPTION YEAR 3: SEPTEMBER 1, 2012 THROUGH AUGUST 31, 2013 CLIN 0005 LABELS, THERMAL, VARIOUS FIRM FIXED PRICE THERMAL PRINT SCALE LABELS FOR USE IN HOBART AND METTLER TOLEDO SCALES FOR USE IN VARIOUS COMMISSARIES IN CONUS, ALASKA, HAWAII, AND PUERTO RICO LINE ITEM DESCRIPTIONS, UNIT PRICES AND ESTIMATED QUANTITIES ARE ON SPREADSHEETS AT ATTACHMENT A. OPTION YEAR 4: SEPTEMBER 1, 2013 THROUGH AUGUST 31, 2014 vi.Description of Requirements: The Defense Commissary Agency requests offerors to supply various custom printed and unprinted thermal labels as outlined in Attachment A at various Defense Commissary Agency commissaries. This acquisition will be awarded as a Firm Fixed, Requirements Type contract. Shipment will be FOB destination. Delivery shall be store direct to various locations throughout the continental United States, Alaska, Hawaii, and Puerto Rico. vii.The period of performance is one (1) base year period – September 15, 2009 through August 31, 2010 with the possibility of four (4) additional one-year option periods. viii.Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors – Commercial Items The following paragraphs are altered as follows: a. North American Industry Classification System (NAICS) Code: 322222 b.Submission of Offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number: HDEC05-09-T-0070; (2) The time specified in the solicitation for receipt of offers: Monday, August 31, 2009, 2:00 p.m. EDST; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price: Provide label prices for the ordering periods for each label type and size specified on the attached spreadsheet. (Attachment A) Please note that quotes for all labels must be provided to be considered for award. (6) “Remit to” address, if different than mailing address; (7) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 (Alt 1), OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005) (as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. (8) Signed acknowledgment of Solicitation Amendments if applicable; (9) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following requirements for offer submissions are added: (10)Offers must be submitted in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures shall be scanned into pdf format and emailed to jason.reedy@deca.mil. Attachment A shall be submitted electronically in the original excel format. The following shall be in the subject line for the email submittal: “Proposal from (company name) in response to RFP HDEC05-09-T-0070” (11)Past performance Survey reference information, to include the names, companies, and contact information (phone and email address) for those individuals asked to complete and submit surveys. “Past Performance Survey” sheets shall be completed by at least 3 (three) different current or prior customers (within the past 3 years). If possible, references should represent previous work of similar scope to the requirements in this solicitation. The Offeror’s references shall complete the survey sheets (Attachment B) and forward them to the contracting office as outlined on the survey cover sheet, by the closing date of the solicitation. The Offeror is expected to make every effort to ensure that the completed “Past Performance Survey” sheets are completed and submitted by their customers. Surveys must come directly from the Offeror’s customer and not form the Offeror themselves. Late submission by references at no fault of the Offeror shall be evaluated at the Contracting Officer’s discretion. NOTE: The Government reserves the right to contact the references; therefore, the references should be able to provide information concerning timeliness of deliveries, quality of products delivered, compliance with specifications, and contract terms, customer satisfaction and response level on taking corrective action when a delivery problem or non-conformance problem occurs. (12)All questions of a technical and/or contractual nature concerning this solicitation shall be submitted in writing to Jason M. Reedy, Contract Specialist at jason.reedy@deca.mil no later than Thursday, August 20, 2009 at 12:00 noon EDST. A consolidated list of questions and answers, if applicable, will be provided to all prospective offerors as appropriate. Answers to questions will not alter the solicitation unless and until an amendment is made to the solicitation incorporating the answers. (13)Completed clauses at FAR 525.225-18 and DFAR 252.247-7022 (see below). c.Product Samples: Offerors may be required to provide samples of items via overnight shipment at no cost to the government prior to award. ix) Provision at 52.212-4501 (FAR 52.212-2) EVALUATION--COMMERCIAL ITEMS (JAN 1999) Addendum to 52.212-4501 (Evaluation-Commercial Items) (a) 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, price and other factors considered, using best value/trade off method. The following factors shall be used to evaluate offers: 1. Price 2. Past Performance a) Quality of Products/Services b) Timeliness of Deliveries c) Order Process d) Customer Satisfaction & Business Relations e) Similarity of Experience *Note: The Government may use comments provided by past performance references to validate numerical responses. Past Performance Evaluation: In evaluating past performance, the Government will use the Past Performance Surveys (Attachment B) provided by the offeror’s references, and may use other sources of information, including, but not limited to federal, state and local government agencies, Better Business Bureaus, published media, electronic databases and contractor’s performance on DeCA contracts. The evaluation of past performance will consider relevant facts and circumstances. The Government will evaluate past performance as an indicator of future performance. The determination is a matter of judgment. Past performance scores will be averaged and weighted according to the evaluation plan. If any response is not applicable, that question will not be used as a part of the average and the weighting will be distributed within the sub-factor to standardize the total points available. Points will then be averaged by sub-factor, and converted to an adjectival rating based on the evaluation plan matrix. If pertinent information other than that submitted by the Offeror’s references is used, overall ratings may be changed based on that information. If neither the business nor any key personnel have a record of relevant past performance, the Government will rate past performance neither favorably nor unfavorably. The Contracting Officer will use price analysis to determine price fair and reasonable. Offerors MUST provide a unit (case) price for each label type listed in Attachment A for each year. Incomplete proposals may be determined as ineligible for award. The relative importance of the factors is: Past performance is significantly more important than price. (b) Options and Price Evaluation. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract after signature by both parties, or signature by the government and performance by the contract awardee. x) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.212-4 (Contract Terms and Conditions – Commercials): The following paragraphs are amended or added: (c)Changes: The government may issue unilateral written modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. (i)Payment: Authorized ordering officers are defined as DeCA employees that are Government-Wide Purchase Card (GPC) holders located at the commissaries or headquarters. (u)Availability: All labels, as described in Attachment A, shall be available for order at any time throughout the period of this contract. Design changes, as well as additions, or deletions of any label shall not be made without the written consent of the Contracting Officer through a bilateral contract modification. (v)Internet-based electronic ordering: The contractor is required to have an internet-based electronic ordering process/system in place within thirty days of notification of award. As a minimum, the proposed web based system must offer the following: 1. The contractor’s internet-based ordering system will list each item by DeCA item number, and include a brief description, thumbnail image, unit of issue, and unit price. 2.The contractor shall provide authorized users (GPC holders) with a password or Personal Identification Number (PIN) at time of registration on ordering web-site. Contractor will have office procedures as well as up to date web-based security software that is Payment Card Industry compliant, in order to keep GPC safeguarded and secure. Offerors must provide a statement from their servicing bank verifying this standard is being met prior to implementation of the internet-based system. This verification letter must have been dated within the last calendar year. 3.Orders will be placed electronically, in accordance with the line items identified on the contract, by authorized individuals. The contract awardee will assign each order a unique purchase request number. Orders shall be accessible by authorized users for a minimum period of 90 days after placement of order. 4.The contractor shall have the ability to accept or reject orders based on invalid credit card information, or failure to meet minimum order amount as stated in 52.216-19, ORDERING LIMITATIONS. 5.Within one business day of order placement, the contractor shall provide ordering/store personnel an electronic confirmation/acknowledgement for each order. Notification shall include at a minimum, the following information: date of order, purchase request number, line items and quantities, total amount of order, and estimated shipping date. 6.Backordered items shall be acknowledged as is in line 5 above. Information shall include the original date of order, line items and quantities backordered, and time frame of expected delivery. 7.The web site shall contain an on-line tutorial and help button explaining the ordering procedure and processes. The contractor shall provide technical support for the ordering system. Technical support personnel should respond all to queries no later than close of the next normal business day. 8.Once the entire order has been shipped, the contractor is authorized to charge the credit card for the appropriate amount. The purchase request number for the appropriate order must be entered so that it will appear in the secondary data field, this ensures that the charge can be easily identified on the Government’s credit card statement and can be matched to the applicable order. (w)The delivery to the requiring commissary shall be within 14 days after electronic confirmation of each internet-based order. Upon receipt of the item(s) at the store a physical inspection will be performed. Items found not in compliance with the terms and conditions of the contract will not be accepted. Rejected items will be replaced at no additional charge within 7 days. Non-conforming products discovered after acceptance must be replaced within 14 days of notification. At the time of notice of non-conformance, the contractor may request that items be returned at the contractor’s expense. (x)The contractor will provide an electronic spreadsheet by the 10th of each month to the Contract Specialist and Contracting Officer. This spreadsheet will denote previous month’s quantity and dollar amount ordered for each CLIN/SLIN, and a total amount for all items for that month. xi.FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, and the following clauses are hereby incorporated by reference: 52.203-6 ALT 1, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALT 1; 52.219-4, NOTICE OF PRICE EVALUATION FOR HUBZONE SMALL BUSINESS CONCERNS; 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; 52.219-14, LIMITATIONS ON SUBCONTRACTING; 52.219-28, POST AWARD SMALL BUSINESS PROGRAM PRESENTATION; 52.222-3, CONVICT LABOR; 52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES; 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA AND OTHER ELIGIBLE VETERANS; 52.222-35, EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.222-39, NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR FEES; 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; 52.232-36, PAYMENT BY THIRD PARTY; 52.233-3, PROTEST AFTER AWARD; 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; 52.247-64, PREFERENCE FOR PRIVATELY OWNED U.S. FLAG COMMERCIAL VESSELS xii)In addition to the clauses stipulated above, the following clauses apply to this acquisition and are incorporated by reference: 52.202-1, DEFINITIONS; 52.204-4, PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 52.204-7, CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.211-17, VARIATION IN ESTIMATED QUANTITY (APR 1984) 52.216-21, REQUIREMENTS 52.228-4500, LIABILITY TO THIRD PERSONS (APR 1997) 52.228-4501, VEHICLE OPERATION AND INSURANCE (DEC 2001); 52.232-17, INTEREST; 52.242-13, BANKRUPTCY; 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS; 252.203-7002, REQUIREMENTS TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS; 252.204-7004 ALT A, ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION; 252.209-7001, DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY; 252.209-7004, SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY; 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS 252.232-7010, LEVIES ON CONTRACT PAYMENTS; 252.243-7001, PRICING OF CONTRACT MODIFICATIONS; The following Contract Terms and Conditions apply to this acquisition and are shown in full text: 52.204-4500, INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. (End of clause) 52.207-4 -- Economic Purchase Quantity – Supplies. (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. OFFEROR RECOMMENDATIONS ITEMQUANTITYPRICE QUOTATIONTOTAL (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government’s requirements indicate that different quantities should be acquired. (End of Provision) 52.216-1, TYPE OF CONTRACT The Government contemplates award of a Firm-Fixed Price, Indefinite Delivery / Requirements type contract resulting from this solicitation. (End of clause) 52.216-18, ORDERING. (OCT 1995) (a) Any supplies to be furnished under this contract shall be ordered through the contractor’s internet-based ordering system using the individual Government Purchase Card (GPC). Such orders may be placed from September 15, 2009 through August 31, 2010. (b) All orders are subject to the terms and conditions of this contract. In the event of conflict between an order and this contract, the contract shall control. (c) An order is considered “issued” when the ordering individual completes the order through the internet-based ordering system. (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 $100.00, 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 $10,000.00; (2) Any order for a combination of items in excess of $50,000.00; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) 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) above. (d) Notwithstanding paragraphs (b) and (c) above, 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) 52.217-4500, OPTION TO EXTEND CONTRACT DELIVERY (AUG 2004) The Government may require continued delivery of any supplies within the limits and at the prices specified in the contract. This option provision may be exercised more than once, but the total extension of the delivery period hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract delivery period. (End of Clause) 52.217-4501, (FAR 52.217-9) OPTION TO EXTEND THE TERM OF THE CONTRACT (JUL 2003) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend prior to the expiration date of the contract. The preliminary notice does not commit the Government to an extension. b. If the Government exercises this option, the extended contract shall be considered to include this option provision. c.The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 52.232-4503 REMIT TO ADDRESS (OCT 1995) Remit to address (if other than Contractor/Offeror address on the face of this contract): Address: ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ Point of Contact for invoice inquiries: ____________________________________ Telephone Number: ___________________________________________________ 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.225-18, PLACE OF MANUFACTURER a) Definitions. As used in this clause “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly: (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of clause) 52.233-2, SERVICE OF PROTEST (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Defense Commissary Agency Attn: Michael G. Shaffer, Contracting Officer Contracting Business Unit (AMDR) 1300 E. Avenue, Fort Lee, VA 23801-1800. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.arnet.gov/far http://farsite.hill.af.mil http://www.acq.osd.mil/dp/dars/dfars.html (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil http://www.acq.osd.mil/dp/dars/dfars.html (End of clause) 52.252-5, Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision. (b) The use in this solicitation of any Defense Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2004) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 52.203-3, GRATUITIES; 252.225-7014 PREFERENCE FOR DOMESTIC SPECIALTY METALS, ALTERNATE I (APR 2003) (10 U.S.C. 2533A); 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (10 U.S.C. 2631); 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) (10 U.S.C. 631); 252.205-7000, PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS; 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES; 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENTS; (End of clause) 252.247-7022, REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term “supplies” is defined in the Transportationof Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it— _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. _____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the clause. (b) The use in this solicitation or contract of any Defense Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of provision) The following Contract Terms and Conditions apply to this acquisition and must be found and reviewed in full text at www.farsite.hill.af.mil: 52.209-5, CERTIFICATION REGARDING RESPONSIBILITY MATTERS; 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS 252.225-7000, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM xiii) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. xiv)Proposals will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT (AMDR), 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN Monday, August 31, 2009, 2:00 PM EDST. xv) The point of contact for this solicitation is Jason M. Reedy, Contract Specialist, at 804-734-8000, ext 49815, or Michael G. Shaffer, the Contracting Officer, 804-734-8000, ext 48681. IMPORTANT NOTICE Upon award of this contract, the Agency intends to publish the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN), within the Agency’s electronic reading room located @ www.commissaries.com. Unexercised option year prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the president’s January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). ATTACHMENTS A.RFP HDEC05-09-T-0070 - QUOTE SHEET (Attachment A - HDEC05-09-T-0070 - Quote Sheet.xls) B.PAST PERFORMANCE SURVEY (Attachment B - HDEC05-09-T-0070 - Past Performance Survey.doc) C.COMMISSARY LOCATIONS (Attachment C - HDEC05-09-T-0070 - Commissary Locations.xls)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-09-T-0070/listing.html)
 
Place of Performance
Address: VARIOUS COMMISSARIES IN CONUS, ALASKA, HAWAII, AND PUERTO RICO, FORT LEE, Virginia, 23801-1800, United States
Zip Code: 23801-1800
 
Record
SN01914013-W 20090819/090818000451-5be397348dcc6cd9b83a910ed071e38c (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.