Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2014 FBO #4623
SOLICITATION NOTICE

S -- Dairy Product for Kayenta Community School

Notice Date
7/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311511 — Fluid Milk Manufacturing
 
Contracting Office
BIA NAVAJO 00009301 WEST HILL ROOM 346Contracting OfficeGallupNM87301US
 
ZIP Code
00000
 
Solicitation Number
A14PS00764
 
Response Due
7/22/2014
 
Archive Date
8/21/2014
 
Point of Contact
ELLA DEMPSEY
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Indian Affairs (BIA) is soliciting offers to procure Dairy Products for BIE Kayenta Community School, Kayenta, Arizona. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A14PS00764 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This solicitation is unrestricted "Full and Open Competition". DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to deliver Dairy Products weekly from date of award through June 30, 2015, orders will made by authorized Government personnel only and in accordance with FAR Clause 52.232-18, Availability of Funds (April 1984). Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. This requirement is a Fixed Price Contract with Economic Price Adjustments. SPECIAL REQUIREMENT: CONTRACTOR'S REFRIGERATION DELIVERY TRUCK TEMPERATURE SHALL BE BETWEEN 35 DEGREE TO 40 DEGREES TO OBTAIN THE MAXIMUM LIFE OF THE DAIRY PRODUCTS. THE PRODUCTS DELIVERED SHALL BE FRESH AT THE TIME OF DELIVERY AND SHALL BE INSPECTED AND ACCEPTED BY THE GOVERNMENT STAFF AND NOTATION OF ANY DAMAGED ITEMS. CONTRACTOR SHALL REPLACE ALL DAMAGED ITEMS AT NO ADDITIONAL COST TO THE GOVERNMENT. DELIVERIES SHALL BE MADE UPON REQUESTED WEEKLY BY THE AUTHORIZED INDIVIDUALS, AND INVOICED WEEKLY. FAR CLAUSE 52.216-2, ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES IS AS FOLLOWS: THE CONTRACTOR SHALL PROMPTLY NOTIFY THE CONTRACTING OFFICER OF THE AMOUNT AND EFFECTIVE DATE OF EACH DECREASE OR INCREASE OF ITEMS LISTED ON LINE ITEMS BELOW. THE AGGREGATE OF THE DECREASE/INCREASE OF EACH LINE ITEM IN THIS CONTRACT SHALL NOT EXCEED 10 PERCENT OF THE ORIGINAL CONTRACT UNIT PRICE. LOCATION FOR DELIVERY: BIE, Kayenta Community School, Kayenta, Arizona Contact: Sher Gransen Telephone No.: (928) 697-3439: All interested parties shall provide an all-inclusive cost proposal for this requirement; to include but not limited to applicable taxes and FOB shipping costs. 1. 1% Eco milk, 72,000 each $________ 2. Fat Free Skim milk pints 33,050 each = $__________ 3. Trumoo fat free chocolate milk, 25,00 each = $__________ 4. Nestle drumstick, 144 pkg $__________ 5. Nestle IC bar str shrtck 4 fz, 120 pkg $_________ 6. Nestle IC crnch bar van 3 fz, 120 pkg $_________ 7. Nestle push org 2.75 fz, 192 pkg $__________ 8. Popsicle IC pop rainbow 3.5fz, 1008 pkg $__________ Sub-Total: $_______ Applicable Taxes: $_____________________ TOTAL: _______________ CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.229-3, Federal, State, and Local Taxes (April 2003). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52.232-18, Availability of Funds (April 1984. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.arnet.gov/far or may be requested from the Contracting Officer. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: (DIAR) 1452.226-70 Indian Preference, DIAPR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; 52.217-8. CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (JULY 2010) (a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. (b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. (c) We request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public. (d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site. (e) Within 60 days after the end of a performance period, the Contracting Officer will complete an interim or final past performance evaluation, and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." Your response is due within 30 calendar days after receipt of the CPAR. (f) The following guidelines apply concerning your use of the past performance evaluation: (1) Protect the evaluation as "source selection information." After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions. (2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. (3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes. (g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period. (h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. Contractor qualified to deliver these services are to submit a signed and date quotation with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, and submit to Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Ella M. Dempsey, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, 9:00 AM, Local Time, July 22, 2014. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Any further questions regarding this announcement may be directed to Ella M. Dempsey, Contracting Officer, ella.dempsey@bia.gov. All contractors submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS00764/listing.html)
 
Record
SN03431239-W 20140722/140721020230-e9fbd4f47c45c4e4f36075e672d58f84 (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.