Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

89 -- DAIRY PRODUCTS FOR MANY FARMS HIGH SCHOOL, IN MANY FARMS, AZ

Notice Date
2/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS00585
 
Response Due
2/28/2012
 
Archive Date
2/23/2013
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A12PS00585 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This procurement is being conducted under FAR Part 12, Acquisition of Commercial Item (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to deliver Dairy Products weekly from date of award through June 30, 2012, with and Option Year 1 from August 01, 2012 to June 30, 2013, orders will made by authorized Government personnel only and in accordance with FAR Clause 52.232-18, Availability of Funds (April 1984). THE DELIVERY TRUCK REFRIGERATION TEMPERATURE MUST BE BETWEEN 35 DEGREE TO 40 DEGREES, IN ORDER TO OBTAIN THE MAXIMUM LIFE OF THE DAIRY PRODUCTS. ALL PRODUCTS SHALL BE FRESH AT THE TIME OF DELIVERY AND SHALL BE INSPECTED AND ACCEPTED BY THE GOVERNMENT STAFF AND NOTATION OF ANY DAMAGED ITEMS. ALL DAMAGED ITEMS SHALL BE REPLACED AT NO ADDITIONAL COST TO THE GOVERNMENT. DELIVERIES SHALL BE REQUESTED WEEKLY BY THE AUTHORIZED INDIVIDUALS, AND INVOICED WEEKLY. ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES: THE CONTRACTOR SHALL PROMPTLY NOTIFY THE CONTRACTING OFFICER OF THE AMOUNT AND EFFECTIVE DATE OF EACH DECREASE OR INCREASE OF ALL ITEMS LISTED. THE AGGREGATE OF THE DECREASE/INCREASE OF EACH LINE ITEMS IN THIS CONTRACT IN ACCORDANCE WITH FAR CLAUSE 52.216-2, SHALL NOT EXCEED 10 % OF THE ORIGINAL CONTRACT UNIT PRICE. All interest offerors shall provide an all inclusive costs for the requirement; including but not limited to all applicable taxes and FOB shipping cost. MANY FARMS HIGH SCHOOLBASE YEAR: SERVICES PERFORMED FROM MARCH 01, 2012 to JUNE 30, 2012 1. Low Fat Milk, 1%, 1/2 Pint, 50/case $___________ per case = 525 cases $________________ 2. Chocolate Milk, Low Fat, 1/2 Pint, 50/case $___________ per case = 150 cases $________________ 3. Skim Milk, 50/case $___________ per case = 45 cases $________________ 4. Dairy Ease Lactose Milk, 1/2 Pint, 12/case $___________ per case = 30 cases $________________ 5. Yogurt, 4 oz., 48/case $___________ per case = 16 cases $________________ 6. Ice Cream Cups, Assorted Flavors, 3 oz., 72/case $___________ per case = 16 cases $________________ 7. Ice Cream, 3 Gallon $___________ gallon = 16 gallons $________________ 8. Applicable Taxes $_________________ SUB -TOTAL :$___________ OPTION YEAR 1:SERVICES PERFORMED FROM AUGUST 01, 2012 to JUNE 30, 2013 1. Low Fat Milk, 1%, 1/2 Pint, 50/case $___________ per case = 1,715 cases $________________ 2. Chocolate Milk, Low Fat, 1/2 Pint, 50/case $___________ per case = 490 cases $________________ 3. Skim Milk, 50/case $___________ per case = 147 cases $________________ 4. Dairy Ease Lactose Milk, 1/2 Pint, 12/case $___________ per case = 98 cases $________________ 5. Yogurt, 4 oz., 48/case $___________ per case = 44 cases $________________ 6. Ice Cream Cups, Assorted Flavors, 3 oz., 72/case $___________ per case = 44 cases $________________ 7. Ice Cream, 3 Gallon $___________ gallon = 44 gallons $________________ 8. Applicable Taxes $_________________ SUB -TOTAL :$___________ GRAND TOTAL: $_________________ Delivery Schedule: Not to exceed time on calls:____________________________________ (The longest you would take to complete each call). Urgent calls: Not to exceed time on calls:____________________________________ (The longest you would take to complete each call) Weekly delivery of Dairy Products to Many Farms High School.Address: North Hwy 191, Lake Road, Many Farms, Arizona 86538 Award will be made based on best value trade-off evaluation of offers, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. SECTION M: EVALUTION FACTORSFAR 52.212-02: Evaluation -Commercial Items:(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: In the order of importance are the listed evaluation factors: Factor I - Delivery Capability Factor II - Past ExperienceFactor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award:Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 EvaluationThe Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation FactorsFactor I - Delivery Capability Factor II - Past ExperienceFactor III - Past Performance Factor I - Devliery Capability for Dairy Product Delivery to Many Farms High School. Whats your response time on emergency calls? How quick can delivery be made? The delivery Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted delivery schedule. The quote should include, but not limited to the following: a) Evaluation will be on how quick response on delivery of products. b) The ability to complete urgent deliveries. Whats your response time on emergency calls? How quick can delivery be made? Factor II - Past Experience for Dairy Product Delivery to Many Farms High School.Demonstrate Past Project experience on Navajo Lands. Listing at least last three projects of a similar nature with contact telephone information. Specialized experience with rural communities and alternative onsite systems should be highlighted. The examples should describe the difficulty of the project. Factor III- Past Performance for Dairy Product Delivery to Many Farms High School. The government reserves the right to review past Bureau of Indian Affair contracts for the delivery of dairy products. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". M.5: RATING SCALE EXCELLENT: The proposal strengths demonstrate an excellent understanding of the requirements and the new or proven approach significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the government. The proposal has no weaknesses; normal contractor effort and normal government monitoring will be sufficient to minimize risk. The proposal is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government. GOOD: The proposal demonstrates a good understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the government. Any proposal weakness has little potential to cause a disruption of schedule, an increase in cost, or a degradation of performance. Normal contractor effort and normal government monitoring will probably be able to overcome difficulties. The proposal generally exceeds requirements in minor areas; therefore, has a good probability of meeting the requirements with little risk to the government. SATISFACTORY: The proposal demonstrates an acceptable understanding of the requirements and the approach meets performance or capability standards. The proposal has no strengths that will benefit the government. The proposal has no material weaknesses. Any proposal weakness can potentially cause a disruption of schedules, an increase in cost, or a degradation of performance. Special contractor emphasis and close government monitoring will probably minimize any difficulties of risk. The proposal generally meets requirements; therefore, has an acceptable probability of meeting the requirements. MARGINAL: The proposal demonstrates a limited understanding of the requirements and the approach only marginally meets performance or capability standards necessary for minimal contract performance. The proposal has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the proposal. The approach has weaknesses that can potentially cause some disruption of schedule, increase in cost, or degradation of performance even with special contractor emphasis, and close government monitoring. UNSATISFACTORY: The proposal demonstrates a misunderstanding of the requirements and the approach fails to meet performance or capability standards. The proposal has major omissions and inadequate detail to assure the evaluators that the offeror has an understanding of the requirements. The proposal proposes an unacceptable risk and cannot meet the requirements without major revisions. NEUTRAL: (Applies only to Factor III Past Performance) The offeror lacks a record of relevant or available past performance history. Based on this, there is no expectation of either successful or unsuccessful performance.(end of rating scale) Award will be made to the Best Value - Trade Off offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clause including all addenda applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-1, Payment; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.225-1, Buy American Act - Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999);52.229-3, Federal, State, and Local Taxes (April 2003); 52.217-6, Option for Increased Quantity; 52.217-7, Option for Increased Quantity - Separately Priced Line Item; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.207-4, Economic Purchase Quantity - Supplies; 52.211-16, Variation in Quanity; 52.211-17, Delivery of Excess Quantities.The following Department of Interior provisions and clauses apply to this solicitation: 1450-0016-001, Homeland Security Presidential Directive - 12 (HSPD-12); 1452.226-70, Indian Preference. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.arnet.gov/far or may be requested from the Contracting Officer. Sign and date offers with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, 4:30 P.M., Local Time, February 28, 2012. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00585/listing.html)
 
Place of Performance
Address: MANY FARMS, AZ
Zip Code: 86503
 
Record
SN02682126-W 20120226/120224234342-80fcff9af8510740d60d9632617be932 (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.