Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

73 -- San Antonio sack lunches - SOW - Instructions to Offerors

Notice Date
3/2/2010
 
Notice Type
Presolicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
192110FAO00000072
 
Archive Date
3/30/2010
 
Point of Contact
Amy Wire, Phone: 2027322387, Charles W. James, Phone: 2027322544
 
E-Mail Address
Amy.Wire@dhs.gov, Charles.W.James@dhs.gov
(Amy.Wire@dhs.gov, Charles.W.James@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Instructions to Offerors Statement of Work Synopsis/Solicitation San Antonio Sack Lunches for Immigrations and Customs Enforcement (ICE) This is a combined synopsis/solicitation for commercial items prepared in accordance with The Federal Acquisition Regulation Part 12, subpart 6-Streamlined Procedure for Evaluation and Solicitation for Commercial Items. Proposals are being requested as official Request for proposal(RFP) under the Federal Acquisition Circular Fac 2005-38 (Effective 10 Dec 2009). The NAICS code is 311991. Immigrations and Customs Enforcement (ICE) has a requirement to award a Firm-Fixed Price contract with a base year and four (4) one year option years to the best Offeror providing sack lunches at the San Antonio Field Office in San Antonio, TX. The base year, CLIN(s) 0001 shall begin per contract award date for a period ending on March 31, 2010. There will also be four Option Year periods CLIN(s): 1001 for Option Year One, CLIN(s) 2001 for Option Year Two, and CLIN(s) 3001 for Option Year Three and CLIN(s) 4001 for Option Year Four. Please submit one price proposal for the base and four option periods corresponding to above contract line items. **Within your proposal, please submit your price proposal as follow: CLIN0001 (Base Year) - Provide sack lunches to detainees= total cost CLIN1001 (Option Year One) - Provide sack lunches to detainees= total cost CLIN2001 (Option Year Two) - Provide sack lunches to detainees= total cost CLIN3001 (Option Year Three)- Provide sack lunches to detainees= total cost CLIN4001 (Option Year Four)- Provide sack lunches to detainees= total cost To better evaluate the Offeror's pricing please submit pricing for the below: 1) Quantity of 25 sack lunches = $_________ price per unit 2) Quantity of 35 sack lunches = $ _________price per unit 3) Quantity of 45 sack lunches = $__________ price per unit. Please provide totals for sack lunches and total price for month and year for each CLIN. The Offeror is required to propose their best solution and submit a detailed price proposal as stated above. The technical and price proposals shall be in separate attachments (once submitted). No information pertaining to price shall appear in the technical proposal. The technical volumes shall address offerors approach to meeting requirements. Format for Proposal: 1. Pricing - the offeror shall provide a total price for each item listed: 2. Contractor Information: a) Provide the name, title, telephone number, fax number, and email address of the point of contact. b) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. c) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Statement of Work is included as an attached document The following DHS Provisions are applicable: *3052.209-70 Prohibition on Contracts with Corporate Expatriates *3052.204-90 Unauthorized Use of Name The following FAR provisions and clauses apply to this acquisition: *FAR 52.212-1 Instructions to Offerors-Commercial Items *FAR 52.212-2 Evaluation- Commercial Items. Award will be based on 1) Technical capability per the SOW 2) 2-hour delivery requirement 3) Past Performance and 4) Price. Technical capability (Factor 1) is more important than Factors 2, 3 and 4. Factors 2 and 3 are weighted equally, but are weighted more than Factor 4 (Price). *FAR 52.212-3 Offerors Representatives and Certifications-Commercial Items *FAR 52.217-8 Option to Extend Services. (NOV 1999) *FAR 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) *FAR 52.225-1 Buy American Act -Supplies (FEB 2009) *FAR 52.232-18 Availability of Funds (APR 1984) **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. Evaluation Factors for Award The Government intends to evaluate the proposal on the following factors conforming to the RFP, which will provided the best value to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Technical Capabilities (2) Ability to meet 2 hour delivery requirement (3) Current and Past Performance (4) Price Technical capability (Factor 1) is more important than Factors 2, 3 and 4. Factors 2 and 3 are weighted equally, but are weighted more than Factor 4 (Price). The Government will evaluate offers for award purposes by adding the total price of all line items identified in the schedule. The Government will award resulting from the RFP to the responsible Offeror whose proposal, conforming to the RFP, will represent the best value to the Government, price and other factors considered. There is a possibility that the Offeror with the highest technical score may not be selected for award. The Government will determine if any additional technical merit in a given offer warrants any additional cost. Also, the award may not be made to the technically acceptable, lowest cost offer. Cost shall not be so controlling to preclude award to an Offeror whose technical superiority warrants additional cost. Your response and submittal should be received as soon as possible, but no later than 9:00a.m., Monday, March 15, 2010. The Offeror shall submit complete packets via email to Amy.Wire@hs.gov. If there are any questions regarding this synopsis/solicitation, please email Amy Wire at amy.wire@dhs.gov NLT 9:00a.m. Monday, March 8, 2010. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. Please reference "192110FAO00000072" in the subject line. If you do not receive an email confirmation of receipt of your proposal, then your proposal has not been received. Late proposals will not be accepted. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/192110FAO00000072/listing.html)
 
Place of Performance
Address: San Antonio Field Office, 8940 Fourwinds Drive, San Antonio, Texas, 78239, United States
Zip Code: 78239
 
Record
SN02080430-W 20100304/100302234944-cb7e2581ea53caff4f3484139c1e3466 (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.