Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2005 FBO #1447
SOLICITATION NOTICE

73 -- Provide prepared sandwiches and bottles of water

Notice Date
11/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
 
ZIP Code
75247
 
Solicitation Number
HSCEOP-06-Q-00014
 
Response Due
11/28/2005
 
Archive Date
12/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-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. Quotations are being requested and a written solicitation will not be issued. Solicitation No. HSCEOP-06-Q-00014 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-05. This is a 100% Set-Aside for Small Business with a North American Classification System (NAICS) of 722310. SPECIFICATIONS Vendor is to provide prepared sandwiches and bottles of water on an on-going basis and on an on-call basis, beginning on date of award for 12 months. Then, the government will consider exercising up to three (3) one-year options with performance continuing up to a maximum of 4 years. Exercising of option years is at the sole discretion of the government. Quotes should include a base year price as well as prices for each option year. BASE YEAR The period of performance for the Base Year shall commence upon the start date in Notice to Proceed, and continues for a period of twelve (12) months. CLIN No. Meal Est. Annual Quantity Unit Unit Price Total Price 0001 Sandwich 27000 ea $ $ 0002 One 8oz bottle 27000 ea $ $ drinking water FIRST OPTION PERIOD 1 Commences upon the expiration of the Base Year and extends for a period of twelve (12) months. CLIN No. Meal Est. Annual Quantity Unit Unit Price Total Price 1001 Sandwich 27000 ea $ $ 1002 One 8oz bottle 27000 ea $ $ drinking water SECOND OPTION PERIOD 2 Commences upon the expiration of the First Option Period and extends for a period of twelve (12) months. CLIN No. Meal Est. Annual Quantity Unit Unit Price Total Price 2001 Sandwich 27000 ea $ $ 2002 One 8oz bottle 27000 ea $ $ drinking water THIRD OPTION PERIOD 3 Commences upon the expiration of the Second Option Period and extends for a period of twelve (12) months. CLIN No. Meal Est. Annual Quantity Unit Unit Price Total Price 3001 Sandwich 27000 ea $ $ 3002 One 8oz bottle 27000 ea $ $ drinking water ea $ $ STATEMENT of WORK Vendor shall furnish and deliver freshly prepared packaged sandwiches to the Immigration and Customs Enforcement Staging Facility, in accordance with the specifications described herein. (See address in Item 2b below). Sandwiches and bottles of water shall be furnished in quantities ordered, in an as ordered basis, beginning upon issuance of the first delivery order. Written estimated delivery orders will be issued at the beginning of the month, but with calls placed daily or weekly as to exact quantity needed, with modifications being issued each month to reconcile actual quantities ordered/delivered. It is estimated that the average minimum number of freshly prepared packaged sandwiches to be ordered will be estimated from 500 to 2250 per month. Calls for services are to be made during the hours of 7:30am and 4:00pm Monday through Friday. Vendor shall assure appropriate storage and timely delivery transportation of all sandwiches in containers and vehicles that assure compliance with appropriate temperature requirements (less than 45 degrees F), as well as all applicable health and sanitation standards. Orders may be issued via facsimile. Note: The quantities shown above are estimated quantities and are provided for informational purposes only. However, this does not relieve the vendor from providing the number of sandwiches that are required and ordered. The contract will be awarded to the successful vendor in an estimated dollar amount based upon the assumption that the Government will order from 500 to 2250 sandwiches and bottles of water per month. Also note that the actual quantities shall be specified on a written delivery order (OF-347), issued at the beginning of the month by the ordering entity. Calls may be placed daily as to exact quantity needed, or even more often, if desired, with modification issued at the end of each month to reconcile the actual quantities ordered or delivered. CONTRACT REQUIREMENTS a) Vendor shall provide sandwiches and bottles of water in quantities as ordered by the Government. All meat and cheese products must be inspected by the US Department of Agriculture. b) All sandwiches shall be prepared fresh after receipt of an order and shall be dated and delivered fresh to the Immigration and Customs Enforcement Staging Facility at 8101 N. Stemmons Freeway, Dallas, Texas 75247. Businesses performing under these requirements must be physically located within 100 miles of 8101 N. Stemmons Freeway, Dallas, TX 75247. c) All sandwiches shall be suitable for freezer storage by the Immigration and Customs Enforcement after their receipt. d) Any food or food product found to be spoiled or past dated upon delivery shall be immediately replaced by the vendor at no expense to the Government. e) All sandwiches shall be prepared with white, sliced, sandwich bread. The size of each slice shall be not less than 3 inches on a side by inch thick. f) Cheese products used shall be Pasteurized Process American Cheese. Cheese shall be a minimum of 3 inches square and 1/16 inch thick. g) Meat product used shall be turkey, chicken or beef. The diameter of each slice shall be not less than 3 inches and its thickness not less than 1/16 inch. h) Quality of meat shall be the maximum used by the trade. Sandwiches shall consist of: 2 each non-pork meat (2oz of protein to include beef/chicken/turkey/cheese) sandwiches on White Enriched Bread and one (1) each bottled water (8oz). Each sandwich shall be individually wrapped in a plastic wrap or waxed paper, and placed into a plastic sandwich bag, which will not impart a disagreeable flavor. Each plastic sandwich bag shall be individually labeled. A freezer-type label that will not fade of fall off the bags shall be affixed to each sandwich bag. The labels shall be used to identify the bag contents and date prepared and delivery by the vendor to the Government. Award may be made to a single vendor depending on best value to the Government. FAR 52.252-1 Solicitation Provisions Incorporated by Reference, the full text of which may be accessed electronically at www.arnet.gov/FAR. FAR 52.212-1 Instructions to Offerors Commercial Items, FAR 52.212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications Commercial Items (offerors must obtain a copy of these provisions, complete representations and certifications online at http://orca.bpn.gov and submit with their quotation). The following clauses are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.207-4 Economic Purchase Quantities Supplies, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Contracting Officer indicated clauses for FAR 52.212-5 are: 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (19 U.S.C. 4212. ADDENDUM TO FAR PROVISION 52.212?1 1. Submission of Quotation Submission of the quotation can be accomplished by mail, e?mail, or fax. (a) Hand carried quotations (including quotations sent by next?day mail companies must be delivered to the address below by the date and time specified in Block 8 of the SF 1449). Failure to properly address the outer cover could cause an offer to be misdirected and received too late at the required 'destination. It is important that the outer envelope or wrapping of an offer be addressed as follows: Department of Homeland Security Immigration and Customs Enforcement Office of Procurement - Dallas Attn: Anthony D. Webb, Contract Specialist 7701 N. Stemmons Freeway, Suite 300 Dallas, TX 75247 (b). E?mail to: Anthony.webb@dhs.gov. (c) Fax to 214-905-5568, Attention: Tony Webb (d) The quotation package shall include the following: a. Completed and Signed SF 1449 b. Completed Blocks 19?24 c. Completed FAR 52.212?3 Offeror Representations and Certifications Commercial Items d. Technical Capability and Past Performance Information 2. The following applies to this quotation: a. This procurement is being conducted under the FAR Part 13 Simplified Acquisition Procedures, Subpart 13.5 Commercial Item Test Program. b. In acquiring commercial items using procedures of FAR Part 12 Acquisition of Commercial Items, and FAR Subpart 13.500, the requirements of FAR Part 12 apply subject to order of precedence provided at 12.102(c). This includes use of the provision of clauses in Subpart 12.3. 3. Instructions Regarding Quotation Preparation: This acquisition will be made through the Request for Quotation (RFQ) process. Quoters are to propose in writing how they intend to fulfill the requirements of this quotation for a supply contract. This quotation will consist of two parts: a. First Part ? Pricing Content: The written quotation shall consist of a properly completed and signed document. All cost or price information shall be included in the pricing section, Standard Form 1449. b. Second Part ? Technical Capability and Past Performance (1) Provide a plan for performing the work; including a Quality Control Plan. Identify areas to be addressed: -Delivery -Preparation -Packaging -General handling -Sanitation (2) The Contractor shall submit a copy of certification for CHAPTER 437. REGULATION OF FOOD SERVICE ESTABLISHMENTS, RETAIL FOOD STORES, MOBILE FOOD UNITS, AND ROADSIDE FOOD VENDORS or equivalent certification from an accredited college, university, or trade school in the field of Dietetics or Food Service, or statement as to when the contractor can obtain this certification. (3) Copy of current inspection of contractor's facility to show compliance with TITLE 6. FOOD, DRUGS, ALCOHOL, AND HAZARDOUS SUBSTANCES HEALTH & SAFETY CODE CHAPTER 437. REGULATION OF FOOD SERVICE ESTABLISHMENTS, RETAIL FOOD STORES, MOBILE FOOD UNITS, AND ROADSIDE FOOD VENDORS Law, and other applicable local and state regulations. This requirement shall apply regardless of whether or not the supplies have been shipped by interstate commerce. Title 6 Food, Drugs, Alcohol, and Hazardous Substances is available on line at http://www.capitol.state.tx.us/statutes/hs.toc.htm The Government reserves the right to conduct an on?site visit to Contractor's facility. Past Performance: This section provides a narrative discussion of similar projects of a similar size and dollar value, which has been successfully completed by the offeror in the past three years. Contracts listed may include those entered into with the Federal Government, agencies of state or local government and commercial customers. The following information should be included for each contract: a. Name and address of contracting activity b. Contract number c. Contract type (Firm Fixed Price, Cost, Incentive, etc.) d. Total contract value (or anticipated value including outstanding options). Be sure to identify contract value for individual years. e. Brief description of contract work f. Contracting officer name and current telephone number g. Program Manager or Contracting Officer Technical Representative name and current telephone number h. Administrative Contracting Officer names, address and telephone number (if different from number 6 above) Each vendor shall describe in a narrative, they?re past performance on similar contracts held within the last three years that are of similar scope, magnitude and complexity to that which is detailed in this RFQ. Past Performance shall be evaluated in the following manner: the Government will assess the vendor?s ability to perform, including the offerors likelihood of achieving success in meeting contract requirements based on the vendor?s description of solutions to past problems. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal, state and local government agencies and commercial customers. Past Performance will be assessed and assigned a narrative rating in the evaluation. The Government will evaluate each quoters past performance based on the information submitted by the quoter, as well as information that the Government collects by itself. Quoter will be given credit for good past performance and lose credit for poor past performance. If the quoter does not have a past performance history relating to this solicitation, the quoter will be evaluated neither favorably nor unfavorably for this factor. Quotes are due November 28, 2005 by 2:30pm CST, at Immigration and Customs Enforcement, Office of Procurement, attention Anthony Webb, 7701 N. Stemmons Freeway, Suite 300, Dallas, TX 75247. Inquiries should be in written form, and emailed to anthony.webb@dhs.gov, or faxed to 214.905.5568. In summary, quotations must be submitted by small businesses with NAICS 722310, physically located within 100 miles of performance/delivery, contain all information requested in quotation package as stated in the addendum, and performed 100% by a small business. Upon evaluation, incomplete quotation packages will be considered non-responsive and not eligible for award.
 
Place of Performance
Address: Immigration and Customs Enforcement, Staging Facility at 8101 N. Stemmons Freeway, Dallas, Texas 75247.
Country: USA
 
Record
SN00930173-W 20051112/051110211541 (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.