Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2025 SAM #8579
SOLICITATION NOTICE

89 -- FY25 4TH QUARTER FOOD SERVICE- DAIRY

Notice Date
5/21/2025 6:24:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311511 — Fluid Milk Manufacturing
 
Contracting Office
FMC LEXINGTON LEXINGTON KY 40511 USA
 
ZIP Code
40511
 
Solicitation Number
15B10925Q00000043
 
Response Due
5/27/2025 7:00:00 AM
 
Archive Date
06/11/2025
 
Point of Contact
Heather Surber
 
E-Mail Address
hsurber@bop.gov
(hsurber@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Amendment 1*** Attachment 15B10925Q00000043 has been updated to state this RFQ IS for Small Business set-aside, this is located above box 3. ***End of amendment 1*** U.S. Department of Justice Federal Bureau of Prisons FMC Lexington May 20, 2025 (i) 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 15B10925Q00000043. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03. (iv) The NAICS for this requirement is 311511 with a small business size standard of 1150 employees. This requirement is set-aside for small business. (v) The following items are required WEEKLY dairy delivery. Quantities listed in the requirement sheet are quarterly estimated totals. The local food service administration will contact you weekly regarding quantities required for the upcoming week. The purchase order will cover the entire 3-month period. (vi) The following items are required See attached requirements worksheet (vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION TO: FMC Lexington 3301 Leestown Road Lexington, KY 40511 Dates of delivery will vary. This purchase order is to cover Fiscal Year 25, 4th quarter. The dates of this are July 1, 2025, through September 30, 2025, between the hours of 7:00 AM - 2:00 PM Eastern Standard Time (EST). NO DELIVERY ON HOLIDAY'S OR WEEKENDS. Any subsequent award will require acceptance in the form of a signature by the contractor 48 hours after the signed purchase order has been delivered to the contractor. Food is a vital part of the orderly running of the operation of a Federal Prison. In accordance with FAR 13.004 (b), this contracting officer has determined this acquisition appropriate to require acceptance in writing. (viii) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government intends to make a SINGLE award. An award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below. (1) Price - The government will evaluate the Quoter�s proposed price to ensure it is fair and reasonable; (2) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor (x) 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), is applicable to this acquisition. (xi) FAR 52.212-4, Contract Terms and Conditions � Commercial Items, is applicable to this acquisition. (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025), applies to this acquisition. X (4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) (41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community--see FAR 3.900(a). X (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (9) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328). X (12) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) (31 U.S.C. 6101 note). X (18)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). X (26)(i) 52.219-28, Post award Small Business Program Rerepresentation (Jan 2025) (15 U.S.C. 632(a)(2)). X (31) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755). X (32) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2025)( E.O. 13126). X (36)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793). X (39)(i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). X (48)(i)52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83). X (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513). X (59) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332). X (61) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). X (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). (xiii) The selected Quoter must comply with the additional contract clauses and provisions 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 2852.212-4 Contract Terms and Conditions, Commercial Items (FAR Deviation) (NOV 2020) 52.232-18, Availability of Funds The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by Heather Surber, Contract Specialist, by email to hsurber@bop.gov. (xiv) Not applicable to this solicitation. (xv) The completed solicitation package must be returned no later than 10:00 a.m. Eastern Standard Time on May 27th, 2025. (xvi) Vendors shall submit quotes only to: Heather Surber, Contract Specialist, Email: hsurber@bop.gov No fax, hand delivered, or mail-in quotes will be accepted. Please be sure to read the solicitation, quote sheet, clauses and provisions and delivery schedule. Quotes MUST be good for 45 calendar days after close. Any and all information will be posted to the General Services Administration, SAM.Gov website: www.sam.gov. All future information about this acquisition, including amendments, awards and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FMC Lexington) to respond. Questions must be submitted by email only. Please be sure to read the solicitation, quote sheet, clauses and provisions and cover sheet. If the answer is addressed in those documents, you will not receive a response. The email addresses to send questions to are: Heather Surber, Contract Specialist, Email: hsurber@bop.gov �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include: 52.222-25, Affirmative Action Compliance, and 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services, paragraph (d). Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2bdb86581069476b89d708ff917281af/view)
 
Place of Performance
Address: Lexington, KY 40511, USA
Zip Code: 40511
Country: USA
 
Record
SN07451811-F 20250523/250521230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.