Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

89 -- FCC Allenwood QTR Subsistence - Weekly Dairy- Milk, Cottage Cheese

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PO Box 3500, White Deer, PA 17887
 
ZIP Code
17887
 
Solicitation Number
RFQP02011600003
 
Response Due
9/1/2015
 
Archive Date
2/28/2016
 
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
N/A
 
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 RFQP02011600003 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 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 112120 with a small business size standard of $0.75M.This requirement is unrestricted 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 2015-09-01 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Allenwood, PA 17810 The DOJ BOP Field Offices -FCI ALLENWOOD LOW requires the following items, Meet or Exceed, to the following: LI 001: Milk, Pasteurized, Nonfat, Skim, or Fat Free, No Flavor. (CID A-A-20338, Group I, Type D, No Flavor). 1 Pint containers. 300,000 Total containers for the quarter per Lot. Delivered weekly according to requested amounts beginning on or about 10/1/2015 and ending on or about 12/31/2015., 1, LOT; LI 002: Cottage Cheese, Cultured or Acidified, Normal or Extended Shelf Life, Low Fat (2%), Fat Free, or No Salt Added Low Fat Types, Unflavored, Small or Large Curd. (CID A-A-20154B, Group I or II, Subgroup A or B, Types 2, 4, or 5, Class (a), Style (i) or (ii). 5lb container. 300 total containers for the quarter per lot. Delivered weekly according to requested amounts beginning on or about 10/1/2015 and ending on or about 12/31/2015., 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, DOJ BOP Field Offices -FCI ALLENWOOD LOW 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. DOJ BOP Field Offices -FCI ALLENWOOD LOW 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. As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms ?offer? and ?offeror? refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms ?bid? and ?bidder? refer to an offer submitted in response to an Invitation for Bid (IFB). The term ?proposal? refers to an offer submitted in response to a Request for Proposal (RFP). The terms ?quotation,? ?quote,? and ?quoter? refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation 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/Proposal/Quotation being determined to be unacceptable. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated. 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. 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). The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may result in non-consideration of the Bid/Proposal/Quotation. This information is REQUIRED in order for a seller?s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6. The Government will award to responsible vendor(s) whose offer, conforms to the solicitation, and are considered to be most advantageous to the Government. Past performance will be considered approximately equal in value to price. Past Performance (poor past performance, failure to deliver awarded items in the past, not meeting required specifications, etc.), may result with the vendors quotes being considered as a non-responsible vendor. Please include shipping in all pricing. The following criteria will be used to evaluate the offers: 1 - Price 2 - Past Performance to include timeliness of delivery, providing correct product as specified, meeting quoted specifications, completing order as awarded/quoted, quality of items provided, and providing the correct quantity of items awarded. 3 - Technically Acceptable Item The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:FAR52.27-103-71 faith-based and community-based organizations; FAR 52.209-5, Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability; 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): 52.226-6, 52.222-50, 52.233-3, 52.233-4, 52.203-6, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33, 52.226-6. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQP02011600003/listing.html)
 
Place of Performance
Address: Allenwood, PA 17810
Zip Code: 17810
 
Record
SN03861194-W 20150830/150828235144-01a2a416b2d5819fc85293420d149519 (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.