Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

89 -- Canned Food

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
FCI Cumberland, Cumberland, MD 21502
 
ZIP Code
21502
 
Solicitation Number
RFQP01071300046
 
Response Due
8/22/2013
 
Archive Date
2/18/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 RFQP01071300046 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 FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 311221 with a small business size standard of 750.00 employees.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 2013-08-22 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Cumberland, MD 21502 The Federal Bureau of Prisons requires the following items, Meet or Exceed, to the following: LI 001: Carrots, 6#10 cans, Vegetable, Carrots, Diced or Sliced, Canned, 6 - #10 Cans per Case, Packed to standard U. S. Grade B or Better, Originated from crops that have been 100 percent grown, processed, and packed in the United States, Minimum Drain Weight 6. 280 Cases., 1, lot; LI 002: Green Beans, 6#10 cans, Vegetable, Beans, Green, Canned, Blue Lake Variety, Cut, 6 - #10 Cans per Case, Packed to standard of U. S. Grade B or Better, Originated from crops that have been 100 percent grown, processed, and packed in the United States, Min. 280 Cases, 1, lot; LI 003: Green Collard, 6#10 cans, Vegetable, Greens, Collard, 6 - #10 Cans per Case, Packed to standard US Grade B or Better, Originated from crops that have been 100 percent grown, processed, and packed in the United States. Standard Reference Title CFR 52. 168 cases, 1, lot; LI 004: Mixed Vegetable, 6#10 cans, Vegetables, Mixed, 6 - #10 Cans per Case, Packed to standard of CID A-A-20120D, Minimum Drain Weight 65 oz. Originated from crops that have been 100 percent grown, processed, and packed in the United States.280 case, 1, lot; LI 005: Spinach, 6#10 cans, Vegetable, Spinach, Cut, 6 - #10 Cans per Case, U. S. Grade A, Originated from crops that have been 100 percent grown, processed, and packed in the United States. 168 cases, 1, lot; LI 006: Vegetable, Corn, Whole Kernel, Canned, Packed to standard U. S. Grade B or Better, Golden, Originated from crops that have been 100 percent grown, processed, and packed in the United States or Canada, 6 - #10 Cans. 280 cases, 1, lot; LI 007: Vegetable, Sauerkraut, 6 - #10 Cans per Case, Shredded, U. S. Grade A or U. S. Fancy, 168 cases., 1, lot; LI 008: Tomato, Paste, 6 - #10 Cans per Case, U. S. Grade A, U. S. Standards for Grades,. 168 Cases., 1, lot; LI 009: Tomato, Diced, Tomato Soluble Solids (TSS) 12% or Greater; Color, Flavor, Oder to be equivalent to Grade A for Tomato Puree; 6 - #10 Cans per Case, Minimum Drain Weight 63.5 oz., Grade Standard Reference Title 7 CFR 52.5168 168 cases., 1, lot; LI 010: Peas, US grade B or better. 6-#10 Cans. 168 Cases., 1, lot; 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, Federal Bureau of Prisons 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. Federal Bureau of Prisons 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. 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. 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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/. 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 http://www.acqnet.gov/far. 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). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQP01071300046/listing.html)
 
Place of Performance
Address: Cumberland, MD 21502
Zip Code: 21502
 
Record
SN03151170-W 20130817/130816000331-cf735b70bd956fe33a23de66b8a674e4 (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.