Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2012 FBO #3759
SOLICITATION NOTICE

S -- Food Delivery Service - PR20068414_Watkins

Notice Date
3/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
PR20068414_Watkins
 
Archive Date
3/30/2012
 
Point of Contact
Mistelle Watkins, Phone: 317-381-5403, Nathan P. Briggs,
 
E-Mail Address
mistelle.watkins@cbp.dhs.gov, Nathan.Briggs@dhs.gov
(mistelle.watkins@cbp.dhs.gov, Nathan.Briggs@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CBP Zone Access Letter CBP Form 3078 Application Instructions CBP Form 3078 Statement of Work ) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) 20068414 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: https://www.acquisition.gov/ (iv) This procurement is being issued as 100% Small Business Set-aside. North American Industrial Classification Standard: 722310; Small Business Size Standard: $35.50M (v) Customs and Border Protection Food Delivery Service CLIN 001: 24/7/365 Food Delivery Service 12 Months -- IAW attached Statement of Work. List of Foods Assorted sodas Individual Juices Bottled Water Chips (variety) Assorted Individual Cereal Cups Assorted Jellies Condiments Individual Cream Cheese Individual Syrups Jellies Assorted Crackers Assorted Muffins Cookies Brownies Oranges Apples Individual servings of milk, including 2% Individual Chocolate Milk Individual Assorted Yogurts Individual Assorted Salad Dressings Butter Chips **Items must be individually wrapped/single servings Cold Individual Plates: Chicken Salad with Croissant Egg Salad with Croissant Mixed Garden Salad with Vegetables Sliced Cheese Plate Frozen meals AM Trays Pancakes with Sausage Patty Waffles with Bacon Strips Sausage Biscuit Ham Biscuit PM Trays Trays that include: One meat, starch and vegetable Vegetarian trays with pasta and vegetables Chicken or beef stir fry trays with rice and vegetables Vegetable stir fry trays Coffee 8 oz. Styrofoam cups Sugar, individually packaged Sweet and Low, individually packaged Creamer, individually packaged (vi) FOB-Destination for delivery to: In-Transit Holding Lounge of Concourse E 12700 Spine Road Hartsfield-Jackson International Airport Atlanta, GA 30320 **NOTE: Offerors must be able to provide proof of current clearances, SIDA Badge, insurance bond requirements, and be able to access the Hartsfield-Jackson International Airport property including the International Terminal FIS area, and demonstrate their ability to maintain these clearances and access. Obtaining the CBP Seal/clearance takes approximately 30 days, barring any problems with the applicants' background investigation. All costs of obtaining and maintaining these clearances and accesses will remain the responsibility of the awardee.** Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a blanket purchase agreement resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, technical capability, and past performance. An award can be made to an offeror whose past performance does not pose risk to the Government and whose offer is the best overall value to the Government. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, w/Alternate I; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Total Small Business Set Aside; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans ; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-6 Drug-Free Workplace; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; The following additional FAR & HSAR Clauses apply to this procurement: FAR 52.222-3, 52.222-19, 52.222-36, 52.222-41, & 52.222-43, 52.222-50, 52.233-1, 52.249-1, 52.252-2, 3052.204-71 & 3052.242-72. (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiii) Any questions must be sent to Mistelle Watkins at mistelle.watkins@dhs.gov or Nathan Briggs at Nathan.briggs@dhs.gov no later than 12:30 EST, 13 March 2012. (xiv) Proposals are required to be received no later than 12:30 EST, 15 March 2012 and must be emailed to Mistelle Watkins at mistelle.watkins@dhs.gov or faxed to (317) 298-1344 Attn Mistelle Watkins and to Nathan Briggs at Nathan.briggs@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/PR20068414_Watkins/listing.html)
 
Place of Performance
Address: In-Transit Holding Lounge of Concourse E, 12700 Spine Road, Hartsfield-Jackson International Airport, Atlanta, GA 30320, United States
Zip Code: 30320
 
Record
SN02692401-W 20120310/120308235520-99b7bc549b981b0a0a123d207717b790 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.