Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
MODIFICATION

89 -- Detainee meals for Tucson Enforcement Removal Operations

Notice Date
2/8/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
24000 Avila Rd, Laguna Niguel, CA 92677
 
ZIP Code
92677
 
Solicitation Number
192112FPHTUC04003_2
 
Response Due
2/22/2012
 
Archive Date
8/20/2012
 
Point of Contact
Name: Tracy Swilley, Title: Purchasing Agent, Phone: 9494257035, Fax: 9493603013
 
E-Mail Address
tracy.swilley@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 192112FPHTUC04003_2 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 722310 with a small business size standard of $20.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-02-22 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Tucson, AZ 85706 The DHS Immigration and Customs Enforcement requires the following items, Meet or Exceed, to the following: LI 001, BASE YEAR 4/1/12 TO 3/31/13The contractor shall pack each meal individually and provide, at a minimum, a meal consisting of the following: oHamburger (2 oz. beef patty, pickles, ketchup, mustard and 2 buns)oSmall French Fries (3 oz.), side salad (3.1 oz.) or fruit (single serving)oSmall Soft Drink (16 oz.) Occasional requests for vegetarian meal consisting of the following: oSalad (7.5 oz.)oBeverage (16 oz.) Occasional request for non-red meat meal consisting of the following: oFish SandwichoSmall French Fries (3 oz.), side salad (3.1 oz.) or fruit (single serving)oSmall Soft Drink (16 oz.) PERIOD OF PERFORMANCE: 4/1/2012 THROUGH 3/31/2013, 6500, EA; LI 002, OPTION YEAR ONE 4/1/13 TO 3/31/14The contractor shall pack each meal individually and provide, at a minimum, a meal consisting of the following: oHamburger (2 oz. beef patty, pickles, ketchup, mustard and 2 buns)oSmall French Fries (3 oz.), side salad (3.1 oz.) or fruit (single serving)oSmall Soft Drink (16 oz.) Occasional requests for vegetarian meal consisting of the following: oSalad (7.5 oz.)oBeverage (16 oz.) Occasional request for non-red meat meal consisting of the following: oFish SandwichoSmall French Fries (3 oz.), side salad (3.1 oz.) or fruit (single serving)oSmall Soft Drink (16 oz.) PERIOD OF PERFORMANCE: 4/1/2013 THROUGH 3/31/2014, 6500, EA; LI 003, OPTION YEAR ONE 4/1/14 TO 3/31/15The contractor shall pack each meal individually and provide, at a minimum, a meal consisting of the following: oHamburger (2 oz. beef patty, pickles, ketchup, mustard and 2 buns)oSmall French Fries (3 oz.), side salad (3.1 oz.) or fruit (single serving)oSmall Soft Drink (16 oz.) Occasional requests for vegetarian meal consisting of the following: oSalad (7.5 oz.)oBeverage (16 oz.) Occasional request for non-red meat meal consisting of the following: oFish SandwichoSmall French Fries (3 oz.), side salad (3.1 oz.) or fruit (single serving)oSmall Soft Drink (16 oz.) PERIOD OF PERFORMANCE: 4/1/2014 THROUGH 3/31/2015, 6500, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Immigration and Customs Enforcement intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Immigration and Customs Enforcement is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. TO HAVE A BID CONSIDERED FOR AWARD FOR LOWEST PRICED TECHNICALLY ACCEPTABLE, FOR BRAND NAME OR EQUAL BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov Company must be registered in Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). This is a "Best Value" procurement. Past performance is required from a maximum of two references. 52.212-2 -- Evaluation -- Commercial Items (JAN 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance Technical and past performance, when combined, are equal when compared to price. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable) by the end date and time of this solicitation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192112FPHTUC04003_2/listing.html)
 
Place of Performance
Address: Tucson, AZ 85706
Zip Code: 85706
 
Record
SN02670550-W 20120210/120208235107-cc235f12765cd530239257f7bc781347 (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.