Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2014 FBO #4498
SOLICITATION NOTICE

73 -- Blanket Purchase Agreement Food Service Supplies Fort Wainwright, Alaska 99703

Notice Date
3/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
RCO Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D0-14-10464915-01
 
Response Due
4/4/2014
 
Archive Date
5/16/2014
 
Point of Contact
John Kump, 907-978-8959
 
E-Mail Address
RCO Wainwright (PARC Pacific, 413th CSB)
(john.kump@us.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 FAR 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 requirements will be fulfilled using the Simplified Acquisition Procedures, Part 13 of the Federal Acquisition Regulation (FAR). The solicitation is being issued as a Request for Quote (RFQ); solicitation number is W912D0-14-10464915-01. United States Army Alaska has a requirement to establish multiple blanket purchase agreements (BPA) in order to procure various types of Commercial Food Service Supplies for Fort Wainwright, AK 99703. This acquisition is a 100% set aside for qualifying small businesses under, NAICS 326199, All Other Plastics Product Manufacturing, Size standard is 750 EMP. Business identified as a Large Business will not be considered. Description of Requirement: 1. Contractor shall deliver to the government various types of Commercial Food Service Supplies within 7-10 days from order placement (see attachment #1 Fort Wainwright BPA Price List). This list is not all-inclusive. Typical items required will include various types of kitchen utensils, food packaging supplies, and other commercial food service supplies. The shipping requirement for all BPA call orders is FOB Destination. 2. The intention of the government is to award a minimum of two (2) and a maximum of three (3) blanket purchase agreements to those firms that demonstrate a capability to provide the requested supplies. The Government reserves the right to make two (2) blanket purchase agreements from this solicitation/synopsis. 3. BPAs will be evaluated annually and may remain in place for up to five (5) years. The establishment of the BPA does not imply any agreement on the part of the Government to place future calls, orders or contracts with the BPA holder. The Government makes no representation as to the number of calls or actual amount of supplies to be ordered. Interested firms must identify their interest and capability to perform to the requirements set forth in this solicitation/synopsis to be considered for award. The total maximum amount of the BPA will be approximately $650,000 for the total five year duration. Generally some calls placed may be below $5,000, and may be sporadic in nature. No individual call will exceed the amount of $25,000. 4. Failure to submit a complete and timely response to a BPA Call RFQ may result in it being determined non-responsive to the Call or Delivery Order RFQ. 5. All orders made against any pursuant BPA(s) will be rotated amongst all BPA holders. BPA Holder vendor rotation will be notified electronically of new Call or Delivery Order requirements through the issuance of a Call or Delivery Order RFQ email from either the Contracting Officer or authorized Ordering Officer. 6. Calls will be made for only the items appearing on the APPROVED PRICE LIST. Submission Requirements: 1. The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. The purpose of this description is to establish a uniform submission and evaluation procedure for the evaluation of responses by the Government. Responses to this announcement will include at a minimum: (1)Company information to include Cage Code, DUNS Number, and Point of Contact Information, (2)A short narrative explaining your ability to perform including relevant past performance information in regards to Federal Contracts, (3)Current price list information (see attachment #1) (4)Complete representation by corporations regarding an unpaid delinquent tax liability (see attachment #2) and contractor's financial institution information (see attachment #3) (5)Review terms and conditions Blanket Purchase Agreement (see attachment #4) (6)Complete Online Certifications and Representations (ORCA). Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. The Contracting Officer will award a BPA to those responsible organizations whose submittals conform to the solicitation/synopsis and offer the best overall value to the Government. The responses to this solicitation/synopsis shall be submitted VIA EMAIL ONLY. Ensure that the email is clearly marked to indicate its contents; and the identity of the firm submitting. Do not include links to websites in lieu of incorporating information into your proposal. Evaluation Criteria: BASIS FOR AWARD: Award will be made to the responsible lowest price technically acceptable vendor quote(s), and offer the best overall value to the Government. The Government intends to evaluate submittals and award each BPA without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered, in terms of whether it meets the product salient characteristics; (2) Delivery: ability to provide the requested items in a timely manner (7-10 Days from placement of call order) (3) Price: completeness of bid by line item/quantity and lowest price. Shipping charges shall be included in the purchase cost of the products. Non-price evaluation factors are equally important *Responses received without the required information will be considered non-responsive. This is an ALL or NONE requirement. Quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. Note: Contractor hereby warrants the prices offered to the Government shall be as low or lower than those charged the Contractor's most favored customers, for comparable quantities under similar terms and conditions. Quote MUST be good for 30 calendar days after submission New equipment ONLY, NO remanufactured or used products. No quote mark GREY quote mark market items. Delivery Terms FOB DESTINATION: Shipping address for this item is BLDG 3030 1060 Gaffney Road Fort Wainwright, AK 99703 Procedures for commercial vehicle access to military installations are varied. To enter the installation, the Contractor should thoroughly comply with the access procedures of a respective installation. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the access procedures enforced by each military installation. The Contractor shall completely coordinate with the military installations and the delivery point of contacts. ORDER FOR SUPPLIES --SHIPPING INSTRUCTIONS THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. No partial shipments unless otherwise specified at time of order. b. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Quotes shall be submitted and received no later than 12PM EST, 04 April 2014. Contact Information: Regional Contracting Office Alaska (RCO-AK) ATTN: CPT John Kump john.c.kump.mil@mail.mil Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, FAR 52.252-2, 52.212-1, 52.212-1, 52.209-2, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.219-1 52.222-22, 52.225-25, 52.233-3, 52.233-4. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/. The following clauses and provisions are incorporated by full text FAR Clause 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): 52.203-6 with Alternate I; 52.204-10; 52.209-6; 52.209-9; 52.219-6; 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-19, 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.222-50; 52.223-18; 52.225-13; and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/. The selected Offeror must comply with the following commercial item terms and conditions: DFARS 252.203-7000, 252.209-7997,252.225-7001, 252.209-7994, 252.211-7003, 252.223-7008, 252.232-7003, 252.232-7006, and 252.232-7010, The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/. As prescribed in DFARS 252.204-7004, interested parties must be registered with the Central Contractor Registration (CCR) under the NAICS 326199. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel- Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ae04d39b8aaa11b400c36b514f57d6e9)
 
Place of Performance
Address: RCO Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN03312039-W 20140319/140317234008-ae04d39b8aaa11b400c36b514f57d6e9 (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 |
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.