Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

99 -- Bottled Water Delivery - GS-07P-10-JU-P-0011

Notice Date
4/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMO), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-10-JU-P-0011
 
Point of Contact
Marsha L. Payne, Phone: 8179787481, Cindy M Pittinger, Phone: 817-978-7082
 
E-Mail Address
marsha.payne@gsa.gov, cindy.pittinger@gsa.gov
(marsha.payne@gsa.gov, cindy.pittinger@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
1449 Solicitation GS-07P-10-JU-P-0011 Please complete sections. 17a,30a,30b, and Page 2. Title of Service: Bottled Water Service Locations:Fabens LPOE: 18501 ISL Guadalupe Rd, Fabens,TX Fort Hancock LPOE: 808 FM 1088 Rd., Fort Hancock, TX Agency: THE GENERAL SERVICES ADMINISTRATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. GS-07P-10-JU-P-0011 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. The NAICAS code is 312112. This procurement is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.aquisition.gov/far/. 01. STATEMENT / SCOPE OF WORK Contractor shall provide all labor, supervision, materials, and equipment necessary to supply bottled drinking water. This contract includes servicing two locations which are the Fabens Land Port of Entry and the Fort Hancock Port of Entry. These are remote locations within El Paso County, Texas. The contract is for a 1 (one) year period as the base contract and includes 4 optional years if exercised by the government. Detailed Description of Service/Product Needed: Service includes providing portable electric coolers, bottled drinking water suitable for use in the portable electric coolers, paper cups and attached paper cup dispensers to keep cups orderly, clean and easily accessible. Size of Product: Coolers shall be portable and operate on a 120 volt electrical power source. The power source shall be furnished by the government. Coolers shall be capable of delivering hot or cold water and shall be maintained in good working condition at all times. Coolers shall be appropriate for use with 5 gallon water containers. Water containers shall be 5 gallon and suitable for use with the hot and cold water coolers. Cups shall be 5 ounce cone shaped, paper, disposable and shall be installed in contractor mounted dispensers. Quantity of Product Needed: Fabens Port of Entry: Coolers: 8 coolers at the Fabens location. Water: 5 gallon containers shall be supplied as needed. Cups: Cups shall be cone type, 5 ounce, paper, disposable and shall be included in a dispenser mounted on the water cooler. Fort Hancock Land Port of Entry: Coolers: 3 coolers at the Fort Hancock Land Port of Entry. Water: 5 gallon containers shall be supplied as needed. Cups: Cups shall be cone type, 5 ounce, paper, disposable and shall be included in a dispenser mounted on the water cooler. Please complete this pricing sheet and return with your proposal to Marsha Payne at marsha.payne@gsa.gov. Water: Containers shall be full and sealed when delivered. Water - 5 Gallon Bottle Container Usage is approximately seventy (5) gallon bottles each month, distributed according to usage, to each location. During the summer months the usage typically doubles. Provide a per 5 gallon bottle price. $ ______/per bottle per year, base contract. $ ______/per bottle per year, Optional year 1. $ ______/per bottle per year, Optional year 2. $ ______/per bottle per year, Optional year 3. $ ______/per bottle per year, Optional year 4. Cups: Cups must be cone type, 5 ounce, disposable, paper with dispenser mounted on each water cooler. Usage is approximately 3 cartons per month per 100 count carton. Base Contract Price (per 100 cups, as needed): $ ______/per carton per year, base contract. $ ______/per carton per year, Optional year 1. $ ______/per carton per year, Optional year 2. $ ______/per carton per year, Optional year 3. $ ______/per carton per year, Optional year 4. Cooler rental: 8 hot and cold water units at Fabens and 3 hot and cold water units at Fort Hancock $ ______/per cooler per year, base contract. $ ______/per cooler per year, Optional year 1. $ ______/per cooler per year, Optional year 2. $ ______/per cooler per year, Optional year 3. $ ______/per cooler per year, Optional year 4. Timeframe for Delivered Service/Product: Water delivery schedules can be modified according to usage and seasonal adjustments for usage. Delivery shall either be weekly or bi-weekly and supplies must be well stocked and at no time shall either location be without water coolers, water or cups. Large supplies are not to be stored at either location and the contractor must make seasonal adjustments to delivery schedules to account for changes in water usage. Any Special Requirements: The Fabens Land Port of Entry and Fort Hancock Land Port of Entry are secured Federal Facilities and all deliveries are allowed and escorted by the Customs and Border Protection, Department of Homeland Security. Delivery Drivers must be citizens of the United States or have documented proof of eligibility to work in the United Sates of America. All drivers must be licensed to operate the motor vehicle by the State of Texas and must be willing at any time to show identification and allow unfettered access and inspection by the Customs and Border Protection or the Federal Protective Service. All drivers must be able to show proof of insurance and registration if requested. 02. SUPPLIES, MATERIAL AND EQUIPMENT The Contractor shall furnish all supplies, materials, tools, equipment ETC., in order to support all requirements in the Scope of Work. 03. WORKMANSHIP The Contractor will prudently observe all safety rules and regulations. The Contractor will also pay particular attention to his housekeeping standards and is responsible for leaving the location clean and free of debris. 04. DAMAGES The Contractor is responsible for any damages caused by Contractor employees in the effort to meet the requirements of this contract. The Contracting Officers Representative (COR) and Contracting Officer (CO) will determine if damage property will be repaired or replaced. The Contractor shall be held responsible for all damages resulting from his or his subcontractor's, errors, omissions or negligence in the performance of the work under this contract. 05. QUALITY ASSURANCE The Contractor shall use adequate numbers of skilled workmen and staff to meet the requirements of the Scope of Work. The service shall comply in all respects with applicable federal, state, county and/or city regulations, laws and codes. 06. SCHEDULING OF WORK Hours of performance: All work/deliveries must be performed during normal business hours, Monday through Friday. The scheduling of deliveries will be coordinated with the Contracting Officer's Representative (COR). 07. WARRANTY A. All products and supplies must be free of defects and meet all State, National and Local Codes for sanitary guidelines, handling and procedures. 08. POC/COR: Mr. Oscar Rede General Services Administration 700 E. San Antonio, Room 650 El Paso, Texas 79901 Ph. 915-534-6271 Email: Oscar.Rede@gsa.gov 09. Cancellation The Contracting Officer may cancel this contract by providing the Contractor written notice at least thirty (30) calendar days prior to the cancellation date. Any such cancellation shall be made at no cost to the Government. If the cancellation date is not the last day of the month, the monthly price shall be prorated based on a 30-day month. All cancellations will be effected via contract modification issued by the Contracting Officer. Contractor invoices shall reflect the adjustment to the monthly price including any prorated amount for a partial month. 9.1 Invoicing Invoices will be submitted to: GSA Heartland Finance Division (6BC) 1500 East Bannister Road, Room 1109 Kansas City, MO 64131 Or you may submit an electronic invoice through the following website: http://www.finance.gsa.gov You must include the Pegasys Document Number (PDN) in a prominent location on your invoice. Invoices without a PDN number will be rejected. The PDN number for this contract will be given to the successful Offeror upon award. Any inquiry regarding payment shall be directed to the Contracting Officer. Offerors may access their own payment information via the INTERNET at the following address: http://www.finance.gsa.gov After reaching this address, you will need to click on "Corporate Payment Search". For first time users, this page will prompt you through a request for access that will be provided by Finance. After receiving your password, the payment information may be accessed at any time. 9.2 Central Contractor Registration (CCR) Offeror's registration with the CCR System is required. It involves a one-time business registration, with annual updates. Register in the CCR via the World Wide Web at http://www.bpn.gov. There is a CCR handbook available at this site to assist you with your registration. Additionally, if further assistance is needed during the registration process, you may contact the CCR Assistance Center toll free at 888-227-2423. 9.3 Payment By Electronic Funds Transfer All payments by the Government under this contract shall be made by electronic funds transfer (EFT). The Government shall make payment to the Offeror using the EFT information contained in the CCR database. In the event that the EFT information changes, the Offeror shall be responsible for providing the updated information to the CCR database. If the Offeror's EFT information in the CCR database is incorrect, the Government need not make payment to the successful Offeror under this task order until correct EFT information is entered into the CCR database; and any invoice shall be deemed not to be a proper invoice for the purpose of prompt payment under this task order. If an uncompleted or erroneous transfer occurs because the Government used the Offeror's EFT information incorrectly, the Government remains responsible for- (i) Making a correct payment; (ii) Paying any prompt payment penalty due; and (iii) Recovering any erroneously directed funds. If an uncompleted or erroneous transfer occurs because the Offeror's EFT information was incorrect, or was revised within 30 days of Government release of the EFT payment transaction instruction to the Federal Reserve System, and- (i) If the funds are no longer under the control of the payment office, the Government is deemed to have made payment and the Offeror is responsible for recovery of any erroneously directed funds; or (ii) If the funds remain under the control of the payment office, the Government shall not make payment, and the provisions of paragraph (d) of this clause shall apply. The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Price Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering price. The following FAR Clauses are incorporated by reference: 52.212.1 Instructions to Offerors - Commercial: 52.212-2, Evaluation-Commercial Items: 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.222-21 Prohibition of Segregated Facilities; 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225.13 Restrictions on Certain Foreign Purchases, 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be obtained at http://orca.bpn.gov. The following clauses are incorporated in full text. 52.217-8 Option to Extend Services. As prescribed in 17.208 (f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208 (g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. 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 clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. (End of clause) All responsible sources may submit an offer and if timely received will be considered (see evaluation factors), including Pricing Sheet above, pricing information; to Marsha Payne, GSA, via email marsha.payne@gsa.gov by close of business April 26, 2010. Send questions also by email to marsha.payne@gsa.gov by close of business April 22, 2010. FAX quotations will not be accepted. NOTE: CCR Registration: a prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. See contract clause 52.207-1 Central Contractor Registration (OCT 2003). Information on registration may be obtained via the Internet at: http://www.bpn.gov or by calling 1-888-227-2423 or 269-961-5757. Point of Contact Technical Information: Marsha Payne 817-978-7481
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/GS-07P-10-JU-P-0011/listing.html)
 
Place of Performance
Address: El Paso County, TX, El Paso, Texas, United States
 
Record
SN02126026-W 20100421/100419235011-46c9607b6e966fbd8daba21f17f0e16c (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.