Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

89 -- Bag in the Box Beverage Services - ATTACHMENTS

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311930 — Flavoring Syrup and Concentrate Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQP01131500007
 
Point of Contact
Charles Keith Dailey, Phone: 972-352-4522
 
E-Mail Address
cdailey@bop.gov
(cdailey@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT III - BUSINESS MANAGEMENT QUESTIONNIARE ATTACHMENT II - Statement of Work ATTACHMENT I - CONTRACT PRICING/SCHEDULE OF ITEMS 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQP01131500007 and it is issued as a Request for Quote (RFQ). The requirement will be solicited as a total small business set aside. The applicable North American Industry Classification System (NAICS) code is 311930, Flavoring Syrup and Concentrate Manufacturing, 500 employees. The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contract with firm-fixed unit pricing for the supply of post mix beverage products, equipment, and service for Federal Correctional Institution (FCI) Beckley, located in Beckley, West Virginia. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment II - Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. CONTRACT CLAUSES: 52.252-2 - Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov/far. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-19, Incorporation by Reference of Representation and Certifications (DEC 2014) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one case; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - (a) prior to expiration of the current performance period; 60 days; (c) but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.21-603-71 Evaluation of Contractor Performance Utilizing CPARS (APR 2011) 52.27-103-72 DOJ Contractor Residency Requirement - BOP (JUN 2004) Department of Justice Order 2640.2F (NOV 2008) 2852-223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUN 1996) 52.21-603-70 Contracting Officer's Representative (JUN 2012) - David Tiberio, Food Service Administrator, FCI Beckley is hereby appointed as COR. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) - (b) 52.203-6, 52.204-10, 52.209-9, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33; (c) 52.222-17. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in October 2015. The estimates of hours is not a representation to an offeror or contractor that the estimated quantity will be required or ordered or that conditions affecting requirements will be stable or normal. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. The contractor shall commence performance by delivering and having all equipment operational within 30 calendar days from effective date of award of the contract. The place of acceptance for services under this contract is at the destination, FCI Beckley. Ordering Official: Delivery orders will be issued by a Contract Specialist or a warranted procurement official from the Contract Administration Office at FCI Beckley. Orders may be issued orally, faxed, electronically, or via mail. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. Pricing Methodology- Contract pricing shall be inclusive of all charges to the (i.e., drink mix, equipment, services, profit, etc.). Also, the rates applicable for 52.217-8 option, if utilized, shall be those rates effective in the preceding performance period. FAR 52.217-8 is an option to extend services of any such performance period and therefore the Governments evaluation of proposed pricing is inclusive of all base and options as related to FAR 52.217-8 and 52.217-9. Should the Government elect to exercise the extension authorized by 52.217-8, the total contract price will increase. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov/far. 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) tailored to delete paragraphs at d, h, and i, as they have been determined to be non-applicable to this solicitation. Paragraph c has been changed to 60 days. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to "Offer" and "Offeror" are changed to "Quote" and "Quoter" respectively. 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2015) 52.217-5 Evaluation of Options (JUL 1990) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran - Representation and Certifications (DEC 2012) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) 2852.233-70 Protests Filed Directly with the Department of Justice (JAN 1988) 52.27-103-71 Faith-Based and Community- Based Organizations (AUG 2005) - can submit quotations equally with other organizations for contracts for which they are eligible. Evaluation and Award Methodology: This acquisition is being procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. The Government intends to make a single award to a quoter, pursuant to an affirmative determination of responsibility, whose quote, conforming to the solicitation, is determined to be most advantageous to the Government, considering lowest price. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal. Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award. If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered. (1) Contractor's DUNS Number (2) Contract Pricing/Schedule of Items - Attachment I (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (if different from entry made to the System for Award Management record at www.sam.gov.) Offeror's Representations and Certifications should include NAICS code 311930, Flavoring Syrup and Concentrate Manufacturing (4) A completed copy of the Business Questionnaire - Attachment III (5) Written Documentation verifying that all products are Kosher Quote Submission Information: Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00 pm local time on Thursday, September 23, 2015. Written quotes will be accepted by mail, hand-carried delivery, or email. However, emailed quotes are encouraged. Emailed quotes must be sent to cdailey@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP01131500007. Quotes must include all required information. Mailed or Hand-carried quotes must be delivered to the attention of Charles Dailey, Contract Specialist at the address listed above. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Questions regarding this requirement may be directed in writing to Charles Dailey, Contract Specialist at cdailey@bop.gov. Please submit all questions no later than September 11, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01131500007/listing.html)
 
Place of Performance
Address: FCI Beckley, Beckley, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN03867795-W 20150904/150902235626-01ece8fcfcca3363e61b77a183182bc2 (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.