Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOLICITATION NOTICE

73 -- Food Service Items

Notice Date
10/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018916T0012
 
Response Due
10/23/2015
 
Archive Date
11/7/2015
 
Point of Contact
Yvonne Copeland 757-443-1365 Jill Joscelyn
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is _N00189-16-T-0012_. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Publication Notice 20150826. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is _322219_ and the Small Business Standard is _750_. The proposed contract is 100% set aside for small business concerns. FOB Destination shall be Naval Academy, Midshipment Food Service Division, 101 Sands Road, Annapolis, MD 21402, delivery will occur on either the second Tuesday or second Thursday of each month. Access for delivery is with rapid gate passes to enter or fill out a form for each driver so the drivers may be vetted and granted access. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. NAVSUP Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing: See attachment for list of Items. Delivery is One-Year, 12 monthly deliveries with four one-year options. Delivery Location is FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7; System for Award Management 52.204-9; Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13; SAM Maintenance 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations ”Representation (Dec 2014) 52.212-1; Instructions to Offerors ”Commercial Items 52.212-2; Evaluation 52.212-3, Alt I; Offeror Representations and Certifications “ Commercial Items 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 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6; Protecting the Governments Interest When Subcontracting with contractors Debarred, Suspended, or Proposed for Debarment 52.219-6; Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28; Post Award Small Business Program Rerepresentation (July 2013). 52.222-3; Convict Labor (June 2003) 52.222-19; Child Labor ”Cooperation with Auythorities and Remedies (Jan 2014) 52.222-21; Prohibition of Segregated Facilities (April 2015) 52.222-26; Equal Opportunity (April 2015) 52.222-37; Employment Reports on Disabled Veterans (July 2014) 52.222-50; Combating Trafficking in Persons (March 2015) 52.223-18; Encouraging contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13; Restricting on Foreign Purchases (June 2008) 52.232-33; Payment by Electronic Funds Transfer “ SAM (July 2013) 52.217-5; Evaluation of Options (July 2013) 52.217-9; Option to Extend the Term of the contract 52.225-25; Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs (Dec 2012) 52.232-18; Availability of Funds 52.232-39; Unenforceability of Unauthorized Obligations (June 2013) 52.232-40; Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34; F.O.B. Destination 52.252-1; Solicitation Provisions Incorporated by Reference 52.252-2; Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000; Requirements Relating to compensation of Former DOD Officials (Sept 2011) 252.203-7002; Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005; Representation Relating to compensation of Former DoD Officials (Nov 2011) 252.204-7003; Control of Government Personnel Work Product (April 1992) 252.204-7004 ALT A; System for Award Management (May 2013) 252.204-7011; Alternative Line Item Structure 252.204-7012; Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015; Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.211-7003; Item Identification and Valuation (Dec 2013) 252.223-7006; Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.223-7008; Prohibition of Hexavalent Chromium (May 2011) 252.225-7001; Buy American Act and Balance of Payments Program (Nov 2014) 252.225-7002; Qualifying country sources as Subcontractors (Dec 2012) 252.225-7048; Export-Controlled Items (June 2013) 252.232-7003; Electronic Submission of Payment Requests (Mar 2008) 252.232-7006; Wide Area Workflow Payment Instructions (May 2013) 252.232-7010; Levies on contract Payments 252.237-7010; Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.244-7000; Subcontracts for Commercial Items (June 2013) 252.247-7023; Transportation of Supplies by Sea (April 2014) This announcement will close at _12:00p.m._ on 21 Oct 2015. Contact Yvonne Copeland who can be reached at 757-443-1365 or email yvonne.copeland@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include: [FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery; and determination of responsibility. The relative importance of the factors is as follows price. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB Destination point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0012/listing.html)
 
Place of Performance
Address: 101 Sands Road, Annapolis, MD
Zip Code: 21402
 
Record
SN03922278-W 20151017/151015234245-cac5614336ff89d5ce8a0140dd1279ed (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.