Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

89 -- MUSLIM STANDARD MEALS

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3080
 
Point of Contact
Jimmie Toloumu 808-473-7906
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION to sole source to Sunset Grill in accordance with the information in FAR Subpart 12 “ Acquisition of commercial Items and FAR Subpart 13 - Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3080. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-56 and DFARS Change Notice 20120312. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336999 and the Small Business Standard is 500. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001, 3 standard meals per day for 33 personnel for 27 consecutive days. The food will need to be prepared in accordance with Muslim religious beliefs and in a manner consistent with Muslim food preparation methods. Each meal will come with a drink. Meals will be delivered to the delivery location described below or as directed by the Technical Point of Contact. Delivery [Period of performance] is 24 March 2012 “ 19 April 2012; Delivery Location is NSWU1 Bldg 3000, PSC 455 BOX 182, FPO AP 96540, Santa Rita, Guam. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers W/ Disabilities (OCT 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13, Restriction on Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer - CCR Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including. 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.225-7001, Buy American Act & Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Wide Area Work Flow This announcement is being reopened and will close at Wednesday, 21 Mar 2012 on 1200 hours, Hawaii Standard Time. Contact Mr. Jimmie Toloumu who can be reached at 808-473-7906 or email jimmie.toloumu@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include: [Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery, a determination of responsibility, and technically acceptable low bids. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3080/listing.html)
 
Record
SN02700434-W 20120322/120320234817-ee1e0eff2c51af3040e8a66dba86f19a (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.