Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

89 -- Milk and Cottage Cheese - FY11 1st Quarter

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424430 — Dairy Product (except Dried or Canned) Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FDC SeaTac, PO BOX 13901, 2425 S. 200th Street, Seattle, Washington, 98198
 
ZIP Code
98198
 
Solicitation Number
RFQP06111000021
 
Point of Contact
Christina Wade, Phone: (206) 870-5797, Scott E. Cooper, Phone: (206)870-5768
 
E-Mail Address
C1wade@bop.gov, scooper@bop.gov
(C1wade@bop.gov, scooper@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. RFQP06111000021 is issued as a Request for Quote. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-43. This acquisition is a total small business set-aside. The NAICS code for this requirement is 424430; the small business size standard is 500 employees. GENERAL REQUIREMENTS: The Federal Bureau of Prisons, Federal Detention Center located at 2425 South 200th Street, SeaTac, Washington 98198, is requesting quotes for milk and cottage cheese for the period October 1, 2010, through December 31, 2010. Deliveries will be made weekly on a day mutually agreed upon between the Government and the Contractor at the beginning of the period of performance. The contractor will be contacted prior to each delivery and advised of the exact quantity required. Delivery days falling on Federal holidays will be delivered on the next workday. Receiving hours are from 7:00 a.m. to 1:00 p.m., Monday through Thursday (excluding Federal holidays). Deliveries must be palletized. For security reasons, Bureau of Prisons staff cannot enter the delivery trucks to remove or assist in the unloading process. Drivers are required to assist in the unloading of deliveries. The driver must, at a minimum, push their pallet(s) to the edge so that our material handlers can unload them with the forklift. Contractors are responsible for ensuring shipping companies and/or truck drivers are informed of the receiving hours and delivery requirements. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acquisition.gov/far/index.html. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jul 2010); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010) [Listed End Products: None]; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008); 52.212-3, Offeror Representations and Certifications--Commercial Items (Aug 2009); 52.215-5, Facsimile Proposals (Oct 1997) [Fax number: (206)870-1023]; 52.232-18, Availability of Funds (Apr 1984) 52.216-18, Ordering (Oct 1995) - (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 1, 2010, through December 31, 2010. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (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 the estimated quantities identified in the Schedule of Items; (2) Any order for a combination of items in excess of the estimated quantities identified in the Schedule of Items; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (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) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, 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 two 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) 52.216-21 Requirements (Oct 1995) - (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 12/31/2010. SUBMISSION OF QUOTATIONS: Quoters are required to submit the following information on company letterhead or business stationery directly to the contracting officer: (1) The Request for Quote Number (RFQP06111000021) (2) Quoter's DUNS Number (3) Quoter's Federal Tax Identification Number (4) Quoted pricing per the following Contract Line Item Numbers: CLIN 0001 - 130,000 EA MILK, INDIVIDUAL, NONFAT/SKIM/FAT FREE, HALF PINT CONTAINERS, CID A-A-20338, GROUP I, TYPE D CLIN 0002 - 300 LB CHEESE, COTTAGE, LOW FAT, LARGE OR SMALL CURD, CID A-A-20154, GROUP A OR B, SUBGROUP 1 OR 2, TYPE II, CLASS 1, STYLE A OR B Quantities listed are the estimated total quantities for the entire period of performance. There are no minimum or maximum quantities guaranteed or specified. All prices must be quoted FOB DESTINATION. (5) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (AUG 2009) or certification that there are no changes from the quoter's entry on the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov EVALUATION FACTORS: The Government intends to make a single award to the responsive, responsible quoter who conforms to this solicitation and submits the lowest-priced technically acceptable quote. Quoters are advised that the Contracting Officer will verify registration in the Central Contractor Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee's DUNS number into the database. Failure to complete the registration may result in elimination from consideration for award. Payment will be made using Electronic Funds Transfer (EFT). Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. Offers are due no later than September 24, 2010, 4:00 p.m. local time. Offers received after this date and time will not be considered for award. The postal mailing address is: Federal Detention Center, Attn: Christina Wade, Supervisory Contract Specialist, PO Box 13901, Seattle, WA 98198-1091. Hand delivery or express mail to 2425 S 200th St, SeaTac, WA 98198-5202. Offers may also be faxed to (206) 870-1023. The anticipated date of award is on or about September 28, 2010. This solicitation is distributed solely through the General Services Administration's Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/61105/RFQP06111000021/listing.html)
 
Place of Performance
Address: Federal Detention Center, 2425 South 200th Street, SeaTac, Washington, 98198, United States
Zip Code: 98198
 
Record
SN02283198-W 20100917/100916000247-b0d8f39f899e03917713ebaabcc41e0b (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.