Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
SOLICITATION NOTICE

89 -- Bottled Drinking Water

Notice Date
6/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
424490 — Other Grocery and Related Products Merchant Wholesalers
 
Contracting Office
USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
W912JB-04-T-2014
 
Response Due
7/2/2004
 
Archive Date
8/31/2004
 
Point of Contact
KARI CHURCHILL, 517-483-5904
 
E-Mail Address
USPFO for Michigan
(kari.churchill@mi.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is W912JB-04-T-2014, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in ef fect through Federal Acquisition Circular Number 2001-23 and Defense Acquisition Circular Number 91-8, 20040608 Edition. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 424490 with small business standard of 500 employees or less. Description of commodity: Bottled Water for the period of 5 July 2004 through 30 September 2004. Offer to be firm fixed-price, on the following item: Line Item 1) Water, Bottled, approximately 16.9 oun ces per bottle, 5555 Cases (24 Bottles per Case). Above quantity is an estimate only. Multiple deliveries are required. The following FAR provisions and clauses apply to this solicitation: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.20 4-7, Central Contractor Registration; 52.211-16, Variation in Quantity (0,0, this entire solicitation); 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (Evaluation factors being price, delivery, prior performance and ability to meet Government requirements with each being equally considered in the evaluation process); 52.212-3, Offeror Representation and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditio ns-Commercial items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segre gated Facilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; 52.232-36, Payment by Third Party; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) c lauses apply to this solicitation: 252.204-7004 Alt A, Required Central Contractor Registration, Alternate A; 252.212-7001 (Dev), Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.217-7019 Alt I, Sanitary Conditions – Alternate I; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act - Balance of Payments; 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises-DoD Contracts; 252.243 -7001, Pricing of Contract Modifications. Copy of provisions and clauses are available on the Internet at http://www.arnet.gov/far. Successful offeror must: 1) Be able to respond with deliveries to orders with a 48 hour lead time; 2) Deliver to Bldg. 560, Camp Grayling, Grayling, MI; 3) Provide own off-loading equipment; 4) Must be capable of receiving payment via Electronic Funds Transfer (EFT) or Visa; 5) Must be registered with Central Contracting Registry (CCR) http://www.ccr.gov. Qualifying of fers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000. Failure to provide this information can render your offer non-responsive and therefore not considered for award. The Government will award a co ntract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Req uired information and completed offer, may be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Kari Churchill, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time , 2 July 2004. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addressed to Kari Churchill at kari.churchill@mi.ngb.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA20/W912JB-04-T-2014/listing.html)
 
Place of Performance
Address: USPFO for Michigan 3111 West Saint Joseph Street, Lansing MI
Zip Code: 48913-5102
Country: US
 
Record
SN00608021-F 20040624/040622212620 (fbodaily.com)
 
Source
FedBizOpps.gov 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.