Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

89 -- Freezer Storable or Shelf Stable Ready-To-Eat Meals - RFQ

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
70CDCR18Q00000044
 
Archive Date
10/3/2018
 
Point of Contact
Sang Han,
 
E-Mail Address
sang.han@ice.dhs.gov
(sang.han@ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A: Description of Assorted Meals List (i)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. (ii)The solicitation number 70CDCR18Q00000044 is issued as a Request for Quote (RFQ). Under this requirement, the U.S. Immigration and Customs Enforcement (ICE) intends to award a Firm Fixed Price Purchase Orders to acquire prepared detainee meals for the Fairfax and Richmond, VA locations. (iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-100, effective 8/22/2018. (iv)This RFQ is issued under FAR Part 13, Simplified Acquisition Procedures. The applicable North American Classification System (NAICS) code is 311991, Perishable Prepared Food Manufacturing. The small business size standard is 500 employees. This is a total small business set-aside. (v)CONTRACT LINE ITEM NUMBER CLIN 0001: BASE - Freezer storable or shelf stable ready-to-eat meals (16,200 meals) CLIN 1001: Option Period 1 - Freezer storable or shelf stable ready-to-eat meals (16,200 meals) CLIN 2001: Option Period 2 - Freezer storable or shelf stable ready-to-eat meals (16,200 meals) CLIN 3001: Option Period 3 - Freezer storable or shelf stable ready-to-eat meals (16,200 meals) CLIN 4001: Option Period 4 - Freezer storable or shelf stable ready-to-eat meals (16,200 meals) (vi)Description of requirements: ICE requires detainee meals that are freezer storable or shelf stable, fully cooked, made ready to eat meals. The meals requested cannot be heater meals. However, meals can be self-heating or MRE. Meals cannot include any part of pork or pork related meals. Meals shall be packaged in serving size of 8oz-14oz. Vendors shall include a description of the assortment of meals in Attachment A: Description of Assorted Meals List. (vii)All items must be delivered once a month to two locations below: Deliver 750 meals per month to: 2675 Prosperity Ave. Fairfax, VA 20598-5205 Deliver 600 meals per month to: 9200 Arboretum Parkway, Suite 140 Richmond, VA 23236 (viii)The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix)The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. It is anticipated that a FFP purchase order will be made to the responsible Offeror whose quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) quote. An award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-price factors. Quotes will be evaluated for acceptability ("acceptable" or "unacceptable" basis) and shall meet the minimum requirements to be considered for award. Any quote that does not meet all the minimum requirements outlined in section vi will not be considered. Past performance shall be evaluated in accordance with the procedures outlined in FAR 13.106. Price - The Government will evaluate price for reasonableness in accordance with FAR 13.106-3(a), Basis for Award. Award will be made based on the lowest evaluated price meeting or exceeding the acceptability standards outlined. (x)Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited below are also applicable to the acquisition. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) 52.209-7, Information Regarding Responsibility Matters (Jul 2013) 52.219-1, Small Business Program Representations (Oct 2014) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) 52.219-28, Post Award Small Business Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-50, Combating Trafficking in Persons (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.246-4, Inspection of Services - Fixed Price (Aug 1996) 52.249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form) (Apr 1984) Additional DHS clause: HSAR 3052.209.70 - Prohibition on contracts with corporate expatriates (Jun 2006) (xiii)SUBMISSION INSTRUCTIONS: 1) Cover page with the following information: •Company Name •Company address •DUNS number •Point of Contact (email and phone number) Additionally, indicate on the cover page that the meals provided meet the following requirements - Meals provided does not include any part of pork or pork related products - It is either freezer storable or shelf stable meals - Meals provides are not heater meals - The servicing size is at least 8oz 2) Offeror shall complete Attachment A: Description of Assorted Meals List. 3) Price Quote Failure to provide any of the information requested above shall disqualify the offeror without notification. It is the responsibility of each offeror to provide a complete quotation. Questions shall be submitted by Friday, September 14, 2018, no later than 11:00 AM EST via email to Sang Han at sang.han@ice.dhs.gov with the subject line "Questions for 70CDCR18Q00000044 Detainee Meals." Quotes shall be submitted by Tuesday, September 18, 2018, no later than 11:00 AM EST via email to Sang Han at sang.han@ice.dhs.gov with the subject line "Quote for 70CDCR18Q00000044 Detainee Meals." Attachment 1 (Description of Assorted Meals List) and Attachment 2(Price Quote) must be included in the quote submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/70CDCR18Q00000044/listing.html)
 
Record
SN05088734-W 20180915/180913231645-bf66d2f069a45f1231b0a2253e282915 (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.