Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOLICITATION NOTICE

89 -- FPC Duluth 2nd Qrt Milk & Cottage Cheese Requirement

Notice Date
12/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311511 — Fluid Milk Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FPC Duluth, PO Box 1400, 6902 Airport Road, Duluth, Minnesota, 55814
 
ZIP Code
55814
 
Solicitation Number
15B40218Q00000002
 
Archive Date
1/4/2018
 
Point of Contact
Nicholas R. Roth, Phone: 2182497322
 
E-Mail Address
nroth@bop.gov
(nroth@bop.gov)
 
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, 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 FEDBIZOPPS (https://www.fbo.gov/) only. The RFQ number is 15B40218Q00000002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52. 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: www.acqnet.gov/far. The NAICS code 311511 is and the Small Business Standard is 500 employees. This is a competitive restricted action to small businesses. Bureau of Prisons, Federal Prison Camp in Duluth, Minnesota, Contracting Office requests responses from qualified sources capable of providing: MILK, NONFAT/SKIM/FAT FREE, 5 GAL. CONTAINER. CID A-A-20338, GROUP 1, TYPE D (APPROX. 50 CT) AND CHEESE, COTTAGE, LOW-FAT, LARGE OR SMALL CURD, CID A-A-20154, GROUP A OR B, SUBGROUP 1 OR 2, TYPE ii, CLASS1, STYLE A OR B (APPROX. 40 LB'S) DELIVERED WEEKLY EVERY THURSDAY DURING THE MONTHS OF JANUARY, FEBRUARY, AND MARCH OF 2018 (FY-2018). ALLOW FOR QUANTITY VARIANCE OF +/- 10% PER FAR 52.211-16 (b). THE INCREASE/DECREASE SHALL APPLY TO THE TOTAL CONTRACT QUANTITY. Delivery is weekly; Delivery Location is FPC Duluth, 4464 Ralston Drive, Duluth, MN, 55811. 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items - Offerors are to include a completed copy of the provision at 52.212-3; 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 including: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33 or 52.232-36. Additional applicable FAR clauses: 52.223-11, 52.233-1, 52.242-15, 52.242-17, 52.246-1, 52.252-2, 52.252-6, 52.253-1, 52.247-34. Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability (Deviation 2014-01) (November 2013) (a) In accordance with sections 536 and 537 of the Commerce, Justice, Science, and Related Agencies Appropriations Act, 2014 (Title II, Division B, Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation - (I) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The offeror represents that, as of the date of this offer- (1) the offeror is []is not []a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) the offeror is [ ] is not [ ] a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) This announcement will close at 11:00 AM CST on December 20, 2017. Contact Nicholas Roth who can be reached at 218-249-7322 or email nroth@bop.gov. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. One or more of the items under this acquisition is subject to Free Trade Agreements. METHOD OF PROPOSAL SUBMISSION: Proposals may be mailed to Duluth FPC P.O. Box 1400, Duluth, MN 55814, or Emailed to: nroth@bop.gov. Quoter's must have DUNS number and be registered in System for Acquisition Management. (https://www.sam.gov). All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in SAM and/ Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Governments requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/40201/15B40218Q00000002/listing.html)
 
Place of Performance
Address: 4464 Ralston Dr, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN04764153-W 20171214/171212231024-7d15d38fb473f88bfcaaf0e1efc65c86 (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.