Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

89 -- Non-Carbonated Drinks

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311930 — Flavoring Syrup and Concentrate Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Estill, 100 Prison Road, PO Box 699, Estill, South Carolina, 29918
 
ZIP Code
29918
 
Solicitation Number
RFQ03050900030
 
Archive Date
9/2/2010
 
Point of Contact
Wali x. Shabazz, Phone: 8036254607, Melanie H. Crews, Phone: 8036254607
 
E-Mail Address
wshabazz@bop.gov, mhcrews@bop.gov
(wshabazz@bop.gov, mhcrews@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation #RFQ03050900030. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-06. This action is unrestricted. The North American Industrial Classification System Code is 311930. The Government intends to make a single award of a fixed price, requirements type contract with firm-fixed unit pricing for the provision of carious fountain, products and equipment for the Federal Correctional Institution (FCI) and the Federal Prison camp (FPC), located in Estill, South Carolina. Award will be made to the vendor who submits the most advantageous offer to the Government based on price~ Faith-Bases and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. STATEMENT OF WORK The Federal Bureau of Prisons (BOP), Federal Correctional Institution (FCI), and Federal Prison Camp (FPC), located at 100 Prison Road, Estill, South Carolina 29918, has a requirement for the supply of various fountain beverages and equipment from October 1, 2010, through September 20, 2011. Award is estimated to be on or about October 1, 2010. All beverages required will be dispensed by a bag-in-box dispensing system supplied and maintained by the vendor. The contractor shall provide and install refrigerated, beverage dispensing units with 6 or 8 spigots and ice bins per fountain unit. Dispensing units shall include all miscellaneous equipment (i.e. pumps, chillers, gauges, flex lines, fittings, water, etc.). FCI Estill may request, at any time throughout the contract additional equipment or current equipment removed as necessary. All equipment provided shall remain the property of the contractor and shall be retrieved at the contractor's expense upon completion of the resulting contract. Contractor shall deliver and have equipment operational within 30 calendar days from date of award of the contract. Repair services on the equipment supplied by the contractor shall be provided through the contract at no additional cost. All repairs must be made within 24 hours upon notification. Requests for repairs will be made by the Food Service Administrator and/or his designee. The contractor shall provide 5-gallon non-alcoholic, non-carbonated (ratio 15:1) liquid concentrate, bag-in-box (BIB) beverages. Flavors shall include, but not be limited to the following: sweet tea, unsweet tea, fruit punch, grape, orange, cherry, water or other like flavors. All of the beverages shall be sugar free and be vitamin C enriched. Artificial sweeteners must be FDA approved and safe for diabetics to consume. The contractor shall also provide a complete listing of flavors that will be available at the contract price. All products must be Kosher certified. FAR 52.211-6, "Brand Name or Equal" has been included in this requirement. Offerors shall provide a product which is equal in level of quality to that of brand names. Salient characteristics are that the product must be a non¬alcoholic, non-carbonated, liquid concentrate with an appealing taste and a verifiable record of having been served successfully to the general public. The contractor shall include all newassociated equipment (to include machines, lines, pumps, etc), maintenance and transportation costs in the cost of the product. The FCI will place orders for products as needed with deliveries being conducted at a minimum of once per month. Delivery orders may be issued only by a Contracting Officer at the FCI. Product shall be delivered Monday through Friday with the exception of Federal Holidays and no later than five working days after receipt of an order. Deliveries shall be made to the Federal Correctional Institution, 100 Prison Road, Estill, South Carolina 29918. Place of acceptance shall be at the destination, FCI Estill. Any resulting contract shall be an indefinite delivery/requirements contract. As such, quantities listed are estimates only and are not a representation to an offeror or contractor that the estimated quantities will be required or ordered or conditions affecting requirements will be stable or normal. All machines furnished hereunder shall be equipped with all necessary safety devices listed by Underwriter's Laboratories Inc. and be equipped so as to provide thermal overload protection. All product dispensing machines furnished must be approved by the National Sanitation Foundation or other approved testing organization. The contractor assumes full risk of and responsibility for any loss, destruction or damage occurring to the dispensing machines except such loss or damage as may be attributable to the Bureau of Prisons by reason of negligence of its employees while acting within the scope of their employment. CLAUSES AND PROVISIONS This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular 2005-06, and may be viewed or downloaded by accessing the website at: http://www.amet.gov. 52.211-6 Brand Name or Equal, 52.212-1, Instructions to Offers - Commercial Items52.2l2-3, Offeror Representations and Certifications - Commercial Items52.2l2-4, Contract Terms and Conditions - Commercial Items52.2l2-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items52.2l9-6, Notice of Total Small Business Set-Aside52.222-3, Convict Labor52.222-l9, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965, As Amended52.222-42, Statement of Equivalent Rates for Federal Hires52.225-l, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.237-1, Site Visit52.237-2, Protection of Govemment Buildings, Equipment, and VegetationJAR 2852.201-70, Contracting Officers Technical Representative (COTR) JAR 2852.223-70, Unsafe Conditions Due to the Presence of Hazardous Material Department Of Justice (DOJ) Contractor Residency Requirement - BOP Clause (June 2004)SUBMISSION OF QUOTATIONSVendors will be required to submit the following information on company letterhead or business stationery directly to the contracting officer: 1) The Request for Quotation Number - (RFQ03050900030)2) Schedule of Items 3) Price Quote to include any prompt payment terms. Offerors are to provide a copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. This provision is available to the offeror online at http://orca.bpn.gov. All offerors must be registered in the Central Contractor Registration (CCR) Database prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov.Questions regarding this combined Synopsis/Solicitation must be emailed to wshabazz@bop.gov. Quotations are due no later than 2:00pm on Wednesday, August 18, 2010. Quotes may be faxed to (803) 625-5608, Attention: Wali Shabazz, Supervisory Contract Specialist. Original Point of Contact Wali Shabazz, Supervisory Contract Specialist, Phone 803-625-4607, Fax 803-625-5608, Email wshabazz@bop.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/30503/RFQ03050900030/listing.html)
 
Place of Performance
Address: The Federal Bureau of Prisons (BOP), Federal Correctional Institution (FCI), and Federal Prison Camp (FPC), located at 100 Prison Road, Estill, South Carolina 29918., Estill, South Carolina, 29918, United States
Zip Code: 29918
 
Record
SN02227142-W 20100805/100803235629-df9b225a695095628c41e6d3574a19db (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.