Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOLICITATION NOTICE

89 -- CLASS A RATIONS FOR MDARNG AT CAMP DAWSON 26 JULY - 9 AUGUST 2014

Notice Date
7/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424410 — General Line Grocery Merchant Wholesalers
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-14-Q-1064
 
Response Due
7/14/2014
 
Archive Date
9/1/2014
 
Point of Contact
Julianne Hitch, 4109428476
 
E-Mail Address
USPFO for Maryland
(julianne.s.hitch.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation, W912K6-14-Q-1064, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. The NAICS code is 424410, General Line Grocery Merchant Wholesalers. The Maryland Army National Guard (MDARNG) has a requirement for the following line item: 01 Subsistence/Groceries for Delivery 1 ea $ ____________ Per attached SOW, Special Instructions and MDARNG Grocery List with itemized cost breakdown 02 Refrigeration Trailer1ea $_____________ Per attached SOW and Special Instructions Include all associated freight/delivery charges to point of destination, Camp Dawson West Virginia Army National Guard Training Site, 1001 Army Road, Kingwood, WV 26537. The MDARNG intends to award a quote mark single quote mark firm fixed price contract. Partial quotations will not be considered. FAR provision at 52.212-1, Instructions to Offerors-Commercial Item, applies to this acquisition. Award will be made on the basis of lowest-price technically acceptable. Provision for Evaluation: Award will be made to the responsible contractor (See FAR Part 9) whose quote represents the lowest overall price while meeting the technical requirements of the attached SOW and MDARNG Grocery List. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Lowest Priced, Technically Acceptable. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.204-7, System for Award Management Registration (AUG 2012); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 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; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-50, Combating Trafficking Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.227-1, Authorization and Consent; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes Fixed Price; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representations Relating to Compensation for Former DOD Officials; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal &Year 2013 Appropriations; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial items applies to the Request for Quotation and offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). The full text of these clauses and provisions may be assessed electronically at the website http://farsite.hill.af.mil. Prospective contractors must be registered in the System for Award Management (SAM) prior to award of a government contract. Responses submitted should include (1) name and address of firm, phone/fax numbers, email address and point of contact; (2) DUNS Number and/or CAGE Code, if available. Please respond to this sources sought announcement, by email, to the attention of John Ebmeier, john.f.ebmeier.civ@mail.mil and Julie Hitch, julianne.s.hitch.civ@mail.mil 12:00 P.M., Eastern Time, 14 July 2014. Requests for Information (Questions) concerning this RFQ must be submitted via email by 10:00AM Wednesday, July 9, 2014 to allow time to post Q&A as an amendment to this solicitation by COB 10 July, 2014. Point of Contact John Ebmeier, john.f.ebmeier.civ@mail.mil and Julie Hitch, julianne.s.hitch.civ@mail.mil Contracting Office Address USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State Military Reservation, Havre de Grace, Maryland 21078-4094.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-14-Q-1064/listing.html)
 
Place of Performance
Address: CAMP DAWSON, WVARNG TRAINING SITE 1001 ARMY ROAD KINGWOOD WV
Zip Code: 26537
 
Record
SN03414532-W 20140705/140703235452-823565af1f5d6450963db981bd7dcde8 (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.