SOLICITATION NOTICE
R -- NDL Food Pick-Up Service - Pricing Sheet - Wage Determinations - Instructions to Offerors - Statement of Work - Provisions and Clauses - Past Performance Evaluation Sheet
- Notice Date
- 1/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-14-0003
- Archive Date
- 2/15/2014
- Point of Contact
- Joshua Dobereiner, Phone: 309-681-6410
- E-Mail Address
-
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Evaluation Sheet Clauses Provisions Statement of Work Instructions to Offerors Warrick County, IN Tarrant County, TX Shelby County, TN San Diego County, CA Pima County, AZ Pasco County, FL Oakland County, MI Middlesex County, NJ Mercer County, KY Mecklenburg County, NC Los Angeles County, CA Kings County, NY King County, WA Henry County, GA Hennepin County, MN Harris County, TX Halifax County, NC Essex County, MA Essex County, MA - Lynn, Lynnfield, Nahant, and Saugus Emmet County, IA El Paso County, CO Cook County, IL Allegheny County, PA Alameda County, CA Adams County, NE Pricing Sheet 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. Solicitation number AG-32SC-S-14-0003 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This solicitation is not a Small Business Set-Aside. The associated NAICS code is 561499 (All Other Business Support Services), with a small business size standard of $14 million. This acquisition is for the following items as identified in the Contract Line Item Number (CLIN): X001) Service charge to purchase at one city, single store, single shopping trip X002) Additional service charge to purchase at one alternate store per city X003) Handling service charge for labeling and wrapping food product X004) Additional service charge to handle refrigerated items X005) Additional service charge to handle frozen items Requirement: Procure individual units of various foods and dietary supplements, i.e. fresh produce, canned or bottled items, refrigerated or frozen foods, vitamins, etc. from various food and health outlets and ship them to the designated location(s). The Contractor shall provide all labor, supervision, supplies, materials, and equipment to collect the food samples in accordance with the Statement of Work (SOW) and terms and conditions contained herein. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Beltsville, MD 20705 and will be identified in the contract. The Government anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price task orders. The Government anticipates awarding one contract. The total contract shall not exceed a ceiling of $1,000,000.00 for the base year plus all option years. The minimum amount the Government must place each year is $1,000.00 with a maximum amount of $200,000.00 per year. No single task order may exceed $200,000.00. The anticipated contract will have a base year plus four unilateral option years. The period of performance is as follows: Base Year: April 1, 2014-March 31, 2015 Option Year 1: April 1, 2015-March 31, 2016 Option Year 2: April 1, 2016-March 31, 2017 Option Year 3: April 1, 2017-March 31, 2018 Option Year 4: April 1, 2018-March 31, 2019 Activities authorized to place orders will be identified in the contract. The estimated quantities are provided to give Offerors a better understanding of the size of the job and to evaluate prices. This in no way obligates the Government to purchase these stated quantities. The following items will be negotiated with each task order placed against this IDIQ contract: A. The geographical locations identified in the SOW are not inclusive of all areas where samples may need to be collected. Additional areas will be priced at the time the task order price proposal is requested by the Contracting Officer. B. Cost for the food samples. C. Packing and shipping materials, such as boxes, coolers, bubble wrap, refrigerator packs, dry ice, etc. D. Shipping costs. E. The cost of travel by privately owned vehicles, reimbursed at the rates not to exceed the Government travel policy in effect at the time a task order is issued. Current rate is $0.56 per mile. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1 and the addenda incorporated. Submission of proposal shall include the following: (1) Technical Capability, (2) Cost/Price, and (3) Past Performance. This acquisition will be conducted using a Best Value Tradeoff Process authorized at FAR 15.101-1; therefore, the proposal that is determined to be the most beneficial to the Government given appropriate consideration to the three evaluation factors will be awarded. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Capability, (2) Cost/Price, and (3) Past Performance. Please see attached Evaluation Criteria. INSPECTON AND ACCEPTANCE TERMS: Items will be inspected and accepted at destination. The Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition are attached. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification -- Commercial Items, with its offer. All invoices shall be submitted electronically. QUESTIONS: Any questions about this solicitation must be sent via email to josh.dobereiner@ars.usda.gov no later than 1:00 PM Central Standard Time on January 17, 2014. Answers to those questions will be posted as an amendment to the solicitation on the FBO website. Proposals must be received no later than 1:00 PM Central Standard Time on January 31, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/19e1c1ab19d27e1fdd022e2bd6a3ce77)
- Place of Performance
- Address: Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03264180-W 20140111/140109234507-19e1c1ab19d27e1fdd022e2bd6a3ce77 (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 |