SOLICITATION NOTICE
87 -- Animal Feed - Attachment Two - ATTACHMENT One
- Notice Date
- 7/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311119
— Other Animal Food Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Polk, PO Drawer 3918, Fort Polk, Louisiana, 71459-5000, United States
- ZIP Code
- 71459-5000
- Solicitation Number
- 0010853839AnimalFeed
- Archive Date
- 8/9/2016
- Point of Contact
- Christine Stringer, Phone: 337-531-2368
- E-Mail Address
-
christine.stringer.civ@mail.mil
(christine.stringer.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment One - Bid Schedule Attachment Two - Salient Characteristics MICC, Contracting Office, Fort Polk, LA 71459 18 July 2016 FSC: 8710 SUBJECT: Combined Synopsis/Solicitation - Animal Feed RFQ reference number # POLK-0010853839 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). Submit digital written quotes on RFQ reference number # POLK-0010853839 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. This solicitation is set-aside as 100% small business. The North American Industry Classification System (NAICS) code is 311119, size standard 500. DESCRIPTION This requirement is for various animal feed and vaccines for animals that are involved in the monthly JRTC rotations on Fort Polk. Animal feed is an integral part of feeding the animals that support training rotational units by adding in a realistic training environment for units' training at JRTC. Potential offerors are to quote on the line items that are provided in attachment one (1) of this combined synopsis/solicitation. The provision at FAR Part 52.211-6 Brand Name or Equal applies to this procurement. In order for an item to be considered equal, the items requested shall meet the requirements as set forth in FAR Part 52.211-6 (b). As such, the general salient characteristics are attached to this solicitation under attachment two (2). FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2015), applies to this acquisition and any addenda to the provision. FAR 52.212-2, Evaluation--Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) price (2) product offered (3) discount terms. The Government intends to award to one vendor on an all or none basis. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer has 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. Offerors shall submit, along with their offer, all product information associated with the items in attachment one (1) and a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2016). FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) applies to this acquisition. No addenda to this clause. FAR 52.212-5 (Mar 2016) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR and DFAR clauses and provisions apply to this procurement. 52.204-7 System for Award Management (JUL 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.219-6, Notice of Total Small Business Aside (NOV 2011) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) 52.222-26, Equal Opportunity (APR 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-1, Buy American Act--Supplies (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013) 5152.209-4000 DOD Level Anti-Terrorism Standards (FEB 2009) 5152-233-4000 HQ AMC Level Protest Program (FEB 2014) 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. Any responsible small business vendor can submit an offer to this agency. Offers received will be reviewed and considered for award. Quotes are due to this office no later than 10:00 pm, Central Standard Time, 25 July 2016 Quotes shall be sent via e-mail to Christine.Stringer.civ@mail.mil. All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any, business size, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number. Quotes must be valid for a period of no less than 30 days. The customer will notify the vendor within 10 days as to what and how much of the feed/vaccine they will need to pick up on the first of each month. The point of contact for this combined synopsis/solicitation is Christine Stringer who can be reached at 337-531-2368 or by e-mail, Christine.stringer.civ@mail.mil. The Government intends to make award on or about 14 Sep 2016 with a contract period of 17 September 2016 - 16 September 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ac97c7eaf1872e6297cb2dcf6039ca5b)
- Place of Performance
- Address: Fort Polk, Fort Polk, Louisiana, 71439, United States
- Zip Code: 71439
- Zip Code: 71439
- Record
- SN04188358-W 20160721/160719235303-ac97c7eaf1872e6297cb2dcf6039ca5b (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 |