Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

89 -- 0.5 Liter Bottled Water

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
Fort Hood DOC, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W45CMJ01521900
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
Corey J Davis, 254-287-6347
 
E-Mail Address
Fort Hood DOC
(corey.j.davis@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The Directorate of Contracting, Fort Hood, Texas is soliciting for.5 Liter Bottled Water. The solicitation number is W45CMJ01521900 and is issued as an Invitation for Bids (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective 2 August 2010. This procurement is 100% set aside for small business; the associated North American Industrial Classification System (NAICS) code for this procurement is 312112, Bottled Water Manufacturing, with a small business size standard of 500 employees. The Government anticipates awarding a fixed-priced requirements type contract as a result of this solicitation. The contract will consist of a base year and two options years. DESCRIPTION OF REQUIREMENT: The following contract line items (clins) apply: (Base Year) Line Item 0001, Case lots of.5 Liter Bottled Water (24 bottles per case), estimated quantity: 2,500 cases; Option Year One: Line Item 1001, Case lots of.5 Liter Bottled Water (24 bottles per case), estimated quantity: 2,500 cases; Option Year Two: Line Item 2001, Case lots of.5 Liter Bottled Water (24 bottles per case), estimated quantity: 2,500 cases. Water is to be delivered as ordered to only the following delivery points, the Texas gulf ports of Beaumont, Corpus Christi, Port Arthur, Houston, and Galveston. No other destinations will be included in the contract: HOURS OF OPERATION: Deliveries shall be made during normal business hours from 8:00 a.m. to 4:00 p.m., Monday through Friday, excluding Federal holidays and scheduled Port holidays. ORDERING PROCEDURES: Orders will be placed by issuance of individual delivery orders. Delivery orders shall be acknowledged within 24 hours of notification of issuance directly to the Contracting Officer (or designated representative) and the date and time of delivery will be coordinated at that time. All orders placed under this contract shall be completed within 10 calendar days of notification of award. CONTRACTOR REPRESENTATIVE: The Contractor shall designate, in writing, within 10 days of contact award, a point of contact that will coordinate delivery of bottled water as ordered. This individual shall be available by telephone during normal business hours for coordination with the government of deliveries and performance issues. Should that individual be absent from work for more than one business day, the Contractor shall designate an alternate point of contact that will act in the same capacity at least 24 hours prior to the scheduled absence of the primary point of contact. PRODUCT SPECIFICATIONS: Water shall be bottled by an FDA approved bottling company in the primary business of marketing and selling bottled drinking water to the general public. Bottles shall be made of recyclable material and be BPA free. The label shall clearly disclose the name of the source where the water was obtained, as well as the name of the bottling company. All water delivered under this contract shall contain a clearly visible expiration date. QUALITY CONTROL: The Contractors Quality Control Program (QCP) shall include a method for testing and inspecting the bottled water provided under this contract. The Contractor shall ensure that the product being delivered meets the product specifications identified above, and shall monitor the loading, transporting, delivery and off-loading of the product provided under this contract. Bottled water product that fails to meet the standards set forth above will be rejected by the Government upon delivery and shall be replaced by the Contractor at no additional cost to the Government and within established timelines for delivery. INVOICES: The Contractor shall provide the Government a delivery ticket at time of delivery. The ticket shall include the contractors name, address, and telephone number, as well as the Government contract number, the delivery order number, the quantity and destination location, as well as the date of delivery. The Government will inspect each load in accordance with the quality assurance methods described below. An official (electronic) invoice shall be submitted through Wide Area Workflow for each delivery order issued against this contract and in accordance with instructions contained in DFARS Clause 252.232-7003. QUALITY ASSURANCE: The Government will surveil the Contractors performance as identified below. The Contracting Officer (or designated representative) will a. conduct a thorough visual inspection of all product delivered prior to unloading; b. conduct random inspections of bottled water to ensure compliance with the product specifications contained above (the frequency of which will vary and not all deliveries may be inspected in this manner); c. reserve the right to reject any delivery, either in part or in whole that does not conform to the requirements of this contract; and e. will require the contractor to replace any deficient bottled water within the timelines stipulated in the contract. The period of performance for this contract will begin on/about 01 October 2010 through 30 September 2011, with Option Year One commencing on 01 October 2011 through 30 September 2012, and Option Year Two commencing on 01 October 2012 through 2013. The place of delivery, inspection and acceptance is Fort Hood, Texas. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (as tailored in the attached addenda). The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Any contract awarded as a result of this solicitation will be evaluated on the basis of price and price related factors. All bidders must be Central Contractor Registered (CCR) and have a current Online Representations and Certification Application (ORCA) on file to be eligible to receive an award. Instructions for completing the on line representations and certification requirement are available at http://www.bpn.gov. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition (as tailored in the attached addenda). The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (as tailored in the attached addenda). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. A list of all applicable clauses is provided in the attached addenda. In addition to the standard FAR Part 12 clauses that govern commercial item acquisition, the attachment also includes clauses and provisions specific to sealed bidding solicitation procedures (FAR Part 14), requirements type contracts (FAR Part 16), and FAR Clause 52.217-5, Evaluation of Options. The date set for receipt of bids at Fort Hood, Texas is 22 September 2010 at 1:30 p.m. Central Standard Time at the Mission and Installation Contracting Command, Directorate of Contracting, 1001 761st Tank Battalion Avenue, Room W113, Fort Hood, TX 76544-5025. It is recommended that bidders mail or courier their bids in at least one business day prior to bid opening; express courier service providers have varying times when they deliver to our office. The point of contact for this acquisition is CPT Corey Davis, Contingency Contracting Officer; CPT Davis can be contacted by email at corey.j.davis@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c5ba6ae18c548c9b23fc40281d003a7)
 
Place of Performance
Address: Fort Hood DOC Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN02270609-W 20100909/100908062930-0c5ba6ae18c548c9b23fc40281d003a7 (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.