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
SOLICITATION NOTICE

V -- Milk Delivery - Wage Determination

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311511 — Fluid Milk Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-12-Q-S208
 
Archive Date
4/11/2012
 
Point of Contact
Valerie Ewing, Phone: 318456-3539, Sheronda Stewart, Phone: 318-456-5205
 
E-Mail Address
valerie.ewing@barksdale.af.mil, sheronda.stewart@barksdale.af.mil
(valerie.ewing@barksdale.af.mil, sheronda.stewart@barksdale.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination. 05-2235 Rev 13, 13 Jun 11 This is a combined solicitation/synopsis to establish a Blanket Purchase Agreement (BPA) in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 13.3 as supplemented with additional information included in this notice. A BPA is not a binding contract, but an agreement between the Government and the contractor to provide supplies or services on a "as required" basis and in accordance with an approved price list. A BPA is written for a period of five (5) years and during this period the government is only obligated for actual purchases made under the BPA. This announcement constitutes the only solicitation; prices are being requested and a written solicitation will not be issued. This solicitation issue number is FA4608-12-Q-S208, in accordance with FAR Part 13 and in accordance with provisions and clauses. The North American Industry Classification System (NAICS) number is 311511, and the business size is 500 employees. Method of payment will be the Government Purchase Card. The proposed BPA is set-aside for small businesses. Small businesses, woman-owned, and serviced disabled veteran-owned businesses are encouraged to participate by submitting quotes. The needed BPA service is as follows: Provide non-personal service to furnish all parts, labor, tools, material, transportation, and supervision necessary milk as specified in CLIN 0001 and CLIN 0002. Delivery will be scheduled once the BPA has been finalized and will be scheduled by the following: CLIN 0001 The Child Development Center at Barksdale Air Force Base requires twice a week scheduled deliveries and in case of an emergency, delivery within 24 business hours of a call in order. Delivery Address: 424 Kenney Ave., Barksdale AFB, LA 71110 Please put in Pricing Quote: Description Unit Price Whole Milk Gallon ______________ Whole Milk Half Gallon _______________ Whole Milk Quart _______________ Whole Milk Pint _______________ Whole Milk Half Pint _______________ 2% Milk Gallon _______________ 2% Milk Half Gallon _______________ 2% Milk Quart _______________ 2% Milk Pint _______________ 2% Milk Half Pint _______________ 1% Milk Gallon _______________ 1% Milk Half Gallon _______________ 1% Milk Quart _______________ 1% Milk Pint _______________ 1% Milk Half pint _______________ CLIN 0002 The Youth Center at Barksdale Air Force Base requires once a week delivery during the school year and twice weekly deliveries during summer months and holidays, and in case of an emergency, delivery within 24 business hours of a call in order. Delivery Address: 425 Kenney Ave., Barksdale AFB, LA 71110 Please put in Pricing Quote: Description Unit Price Whole Milk Gallon ______________ Whole Milk Half Gallon _______________ Whole Milk Quart _______________ Whole Milk Pint _______________ Whole Milk Half Pint _______________ 2% Milk Gallon _______________ 2% Milk Half Gallon _______________ 2% Milk Quart ______________ 2% Milk Pint ______________ 2% Milk Half Pint _____________ 1% Milk Gallon ______________ 1% Milk Half Gallon ______________ 1% Milk Quart _____________ 1% Milk Pint _____________ 1% Milk Half Pint _____________ Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their prices on letterhead stationery and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offeror cannot comply with every requirement, that offer will not be acceptable, and therefore will not be considered. Once an offer has been determined to be acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally, the following clauses and provisions apply to this solicitation: 52.204-7, Central Contract Registration 52.204-9, Personal Identity Verification of Contractor Personnel 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, and includes the following clauses as cited (b): (12)(i)- (26), (27), (28), (29), (30), (31), (32), (42) and (49); Service Contract Act - (c),(1), (2) - In compliance with Service Contract Act of 1965, as amended, and the regulations of the Secrtetary of Labor (29 CFR Para 4), this clause identifies the classes of Service employees expected to be employed under this contracty and states the wages and fringe benefits payable to each if they were employed by contgracting agency subject to the provisions of 5 U.S.C. 5351 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY, IT IS NOT A WAGE DETERMINATION. Employee Class Monetary Wage Fringe Benefits Heavy, Truck Driver WG-8, Step 1, $20.39 36.25% 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right to Know 52.228-5, Insurance -Work on a Government Installation Applicable DFARS clauses included: 252.204-7004, Required Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions and includes the following clauses as cited: (b)(6)(i), (b)(29)(iv). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 9:00 A.M. (CST), Tuesday, March 27, 2012, 2 CONS/LGCAA, 41 Vandenberg Ave, Barksdale AFB, LA 71110-2079. Prices can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Mrs. Valerie Ewing at (318) 456-2629. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Mrs. Valerie Ewing, Contract Specialist, at (318) 456-3539, valerie.ewing@us.af.mil or Mrs. Sheronda Stewart, Contracting Officer, at (318) 456-5205, sheronda.stewart@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51c07fc9fedada31f7635ddf104393ff)
 
Place of Performance
Address: Barksdal AFB, LA, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN02701447-W 20120322/120321000320-51c07fc9fedada31f7635ddf104393ff (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.