SOLICITATION NOTICE
89 -- ALIEN MEALS
- Notice Date
- 5/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2401 DODSON AVENUE, DEL RIO, TX 78840
- ZIP Code
- 78840
- Solicitation Number
- 20058926
- Response Due
- 5/19/2011
- Archive Date
- 11/15/2011
- Point of Contact
- Name: Rosie Zaragoza-Santos, Title: CONTRACT SPECIALIST, Phone: 830 778 7077, Fax: 8307787148
- E-Mail Address
-
rosie.zaragoza@dhs.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20058926 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 311991 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-05-19 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be DEL RIO, TX 78840 The DHS Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, BEEF AND BEAN BURRITOS ON FLOUR TORTILLAS, INDIVIDUALLY WRAPPED, BOXES OF 24 EACHMINIMUM OF 25 CASES CUMULATIVE AND MAXIMUM OF 100 CASESSEE ATTACHED STATEMENT OF WORK FOR DETAILS BASE PERIOD IS DATE OF AWARD THROUGH 12 MONTHS, 1, CASE; LI 002, BEEF AND BEAN BURRITOS ON FLOUR TORTILLAS, INDIVIDUALLY WRAPPED, BOXES OF 24 EACHMINIMUM OF 25 CASES CUMULATIVE AND MAXIMUM OF 100 CASES OPTION PERIOD ONE, 1, CASE; LI 003, BEEF AND BEAN BURRITOS ON FLOUR TORTILLAS, INDIVIDUALLY WRAPPED, BOXES OF 24 EACHMINIMUM OF 25 CASES CUMULATIVE AND MAXIMUM OF 100 CASES OPTION PERIOD TWO, 1, CASE; LI 004, BEEF AND BEAN BURRITOS ON FLOUR TORTILLAS, INDIVIDUALLY WRAPPED, BOXES OF 24 EACHMINIMUM OF 25 CASES CUMULATIVE AND MAXIMUM OF 100 CASES OPTION PERIOD THREE, 1, CASE; LI 005, BEEF AND BEAN BURRITOS ON FLOUR TORTILLAS, INDIVIDUALLY WRAPPED, BOXES OF 24 EACHMINIMUM OF 25 CASES CUMULATIVE AND MAXIMUM OF 100 CASES OPTION PERIOD FOUR, 1, CASE; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. ORDERING ORDER LIMITATIONS INDEFINITE QUANTITY SINGLE OR MULTIPLE AWARDS OPTION FOR INCREASED QUANTITY (3/89) OPTION TO EXTEND SERVICES OPTION TO EXTEND THE TERM OF THE CONTRACT NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE A single award will be made to the lowest priced, technically acceptable, responsive and responsible offeror, whose proposal, conforming to the soliitation, will meet the Government's requirements. The offerors shall be considered responsible as defined within the meaning of FAR 9.104. Past performance information is on indicator of an offerors ability to perform the contract successfully, Offerors shall: Provide a list of all projects/contracts/orders where the offeror has successfully contracted for similar requirements in the past (2) years. These projects/contracts/orders shall include those performed for federal, state, and local governments and those performed for private organizations. For each project/contract/order that meets this description, the offeror shall provide the following information:oCustomer Name (agency, bureau, private organization, etc.)oCustomer addressoProject/Contract/Order NumberoPeriod of Performance of Project/Contract/OrderoPoint of Contact for Project/Contract/OrderoPoint of Contacts Address, Telephone Number, and Email AddressoQuantities of the products delivered It is the offerors responsibility to ensure that all information provided as past performance is accurate, current, and complete. In its past performance evaluation, the Government may consider this information as well as any other information obtained from sources that have evaluated the offerors past performance. This may include other Government agencies and other private and public sources of information. Past performance shall be subject to an adjectival rating, which shall be based on the information provided by the offeror as well as the information received from references and other sources of information. In assigning an adjectival rating to an offerors past performance, the Government shall use the ratings described below. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror shall be evaluated neutrally on past performance. Any offeror with an adjectival rating of Marginal for past performance shall be excluded from further consideration for award. RATING SCALE0-Unsatisfactory, Contractor is not in compliance and is jeopardizing achievement of contract objectives.1-Poor, Major Problems have been encountered.2-Fair, Some Problems have been encountered.3-Good, Minor inefficiencies/errors have been identified.4-Excellent, Contractor is in compliance with Contract Requirements and/or delivers quality products/services.5-Outstanding, contractor demonstrated outstanding performance level. Price shall be evaluated for price reasonableness. The price analysis shall take into account that the price has been determined fair and reasonable. The Government shall conduct its price analysis using one or more of the techniques specified in FAR 15.404-1(b). Options: The Government shall evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s) A written notice of award or acceptance of an offer(s), mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical factors (past performance and delivery) shall be considered slightly more important than price. Of the technical factors, past performance is somewhat more important than delivery. In addition to the specific evaluation criteria specified herein, the Contracting Officer will consider several additional factors in the selection process.1.The offeror must respond to all the requirements of the solicitation and must include all information specifically required throughout the solicitation.2.Award of the contract may not be made to an offeror unless an agreement can be secured for all terms and conditions.3.Award can only be made to an offeror:a.Whose proposal is technically acceptableb.Whose cost/price is determined reasonable;c.Who is considered to be responsible within the meaning of FAR 9.104.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20058926/listing.html)
- Place of Performance
- Address: DEL RIO, TX 78840
- Zip Code: 78840
- Zip Code: 78840
- Record
- SN02442006-W 20110508/110506234447-7c1311c197c36d7417d22b5185352090 (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 |