SOLICITATION NOTICE
89 -- Purchase & Delivery of Food Items - Attachment A Price/Cost Schedule
- Notice Date
- 9/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424410
— General Line Grocery Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE06-12-R-2049
- Archive Date
- 10/1/2012
- Point of Contact
- Ahisha Alexander, Phone: 940-898-5307, Lisa G. Thibodeaux, Phone: 5042501022
- E-Mail Address
-
ahisha.alexander@fema.dhs.gov, lisa.thibodeaux@fema.dhs.gov
(ahisha.alexander@fema.dhs.gov, lisa.thibodeaux@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Price/Cost Schedule-Attachment A Notice 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. The solicitation number is HSFE06-12-R-2049 and is issued as a Request for Proposal (RFP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2010-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 424410, General Line Grocery Merchant Wholesalers, and 424490, Other Grocery and Related Products Merchant Wholesalers, with a small business size standard of 100 employees for both NAICS codes. This acquisition is 100% set aside for small business concerns. Offers shall not be accepted or evaluated from offerors who are not small businesses in accordance with FAR 52.219-6. Description of Requirement The Government's requirement is to support the purchase and delivery of necessary food items to Alexandria, Baton Rouge, and New Orleans, Louisiana. The description and quantity of each food item is specified in Attachment A to this RFP. All items must be delivered no less than 1 (one) year from expiration. The Government's intent is to award a firm fixed priced contract to one (1) contractor responding to this RFP. However, the Government reserves the right to award multiple contracts given the scope, magnitude, and urgency of this requirement. The Government may award up to three contract awards with no more than one award for each delivery locations below. Offereror is required to possess and be in compliance with all federal, state, and local laws and regulations pertaining to the delivery of food. Delivery will be made to the following 3 (three) locations: Location 1 New Orleans 700 Edwards Avenue Harahan, LA 70123 Location 2 Baton Rouge 5546 Choctaw Drive Baton rouge, LA 70805 Location 3 Alexandria 3223 Baldwin avenue Alexandria, LA 71301 Proposal Submission Instructions Responses to this Request for Proposal (RFP) are due no later than 4:00 pm, CDT, on Sunday, September 16, 2012. Questions regarding this solicitation shall be submitted to the Contract Specialist via email only, no later than 1 PM, CDT, on Friday, September 13, 2012. Questions received after this time and date may not be considered. Questions and proposals shall be submitted to Andrea T. Tubbs at AndreaT.Tubbs@dhs.gov, the Contracting Officer via email ONLY. Each Offeror is required to submit an electronic version of your company's proposal. Proposals sent or received by U.S. Postal or courier mail to the office or physical address shall not be accepted. Basis for Award The award shall be made to the responsible offeror(s) whose offer conforming to the RFP will be most advantageous and represent the best value to the Government. Award decision shall be based on the lowest price technically acceptable (LPTA) proposal. Therefore, the award shall be made on the basis of the lowest priced proposal that meets or exceeds the acceptability standards for technical factors. The Government intends to make award without discussions. Therefore, offerors are cautioned that their initial offer should contain the best terms from the technical and price standpoint. However, the Government reserves the right to conduct discussions, if it is in the best interest of the Government. Evaluation Factors Your response to this request for proposal shall include a technical proposal, labeled Volume I, and a pricing proposal, labeled Volume II. Volume I of your proposal shall consist of a response to the technical factors set forth below in the section above entitled, Basis for Award. Volume II of your company's proposal shall consist of a response to price considerations set forth below in section above entitled, Basis for Award. Therefore, your company's Volume I and Volume II shall be submitted together but as separate documents and shall contain a response to each of the respective factors listed below. Cover Letter Content All proposal submissions cover letter must include the following information. Please ensure your company's name or identifying information is only listed on this page of the document. Your company's name or identifying information must not appear on any other documents in your proposal: a) Tax Identification Number (TIN) b) Dun & Bradstreet Number (DUNS) c) Company's Name and Address d) Authorized Representative Name e) Contact Email address f) Complete business mailing address g) Contact telephone and fax number h) Small Business Size Status Volume I-Technical Proposal Technical Evaluation Factor- Management Plan The offeror is requested to submit a project management plan. Each offeror shall address the following factor: A management plan shall be provided to include the following: • Subcontractors/personnel participating in this project; • The equipment and resources to be used in this project • Quality control (ex. monitoring progress, resolving issues) • Schedule- A delivery schedule that begins deliveries by September 19, 2012 and concludes by September 30, 2012. The Government will evaluate the offerors management plan on a technical acceptable/unacceptable basis. To be found acceptable the offeor must demonstrate a sound approach that provides reasonable assurance the required items will be delivered with the required timeframe at the stated quantities. Volume II-Price Proposal Non-Technical Evaluation Factor-Price Price proposals shall include fixed prices for each Contract Line Item Number (CLIN) listed in Attachment A, Price/Cost Schedule. Offerors may submit price proposals for all three (3) pre-designated locations (see tabs in excel spreadsheet). However, offerors may submit a proposal for one (1) of the three (3) pre-designated locations or two (2) of the three (3) pre-designated locations. Price proposals will be separately evaluated for each pre-designated location. The lowest priced proposal for each location will be based on the total price for all CLINs. Price proposals will be evaluated to determine price reasonableness. Solicitation Provisions and Contract Clauses by reference: Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Item applies to this solicitation. FAR 52.212-5 applies to this solicitation. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, shall apply: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.209-10, 52.219.6, 52.219-14, 52.219-28, 52.222-2, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52. 222-35, 52.222-36, 52.222-37, 52.222-40, 52.222.41, 52.222-42, 52.222-54, 52.223-5, 52.223-9,,,, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.232-33, 52.239-1, The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following FAR clauses shall be applicable to the resulting award: 52.223-5; 52.204-99.The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. In the addition, the following Homeland Security Acquisition Regulations (HSAR) shall be applicable to the contract: 3052.204-70, 3052.209-70, 3052.228-70, 3052.242-72 52.233-2 Service of Protest. As prescribed in 33.106, insert the following provision: SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: FEMA Andrea Tubbs, Contracting Officer 800 North Loop 288 Denton, TX 76209 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFE06-12-R-2049/listing.html)
- Place of Performance
- Address: See Notice, Louisiana, United States
- Record
- SN02878670-W 20120914/120912235731-afad53e971f10f2cc4d3b1afdf663fa8 (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 |