Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
SOLICITATION NOTICE

89 -- FMC LEXINGTON FY25 3RD QUARTER- DAIRY

Notice Date
2/27/2025 9:10:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311511 — Fluid Milk Manufacturing
 
Contracting Office
FMC LEXINGTON LEXINGTON KY 40511 USA
 
ZIP Code
40511
 
Solicitation Number
15B10925Q00000036
 
Response Due
3/7/2025 11:00:00 AM
 
Archive Date
03/22/2025
 
Point of Contact
Heather Surber
 
E-Mail Address
hsurber@bop.gov
(hsurber@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
U.S. Department of Justice Federal Bureau of Prisons FMC Lexington February 27, 2025 (i) 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. (ii) The solicitation number is 15B10925Q00000036. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03. (iv) The NAICS for this requirement is 311511 with a small business size standard of 1150 employees. This requirement is a total small business set-aside. (v) The following items are required See attached requirements worksheet (vi) The following items are required See attached requirements worksheet (vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION TO: FMC Lexington 3301 Leestown Road Lexington, KY 40511 Weekly deliveries are anticipated during this time, BEGINNING APRIL 1, 2025, AND ENDING JUNE 25, 2025, BETWEEN THE HOURS OF 7:00 AM - 2:00 PM EASTERN STANDARD TIME(EST). NO DELIVERY ON HOLIDAY'S OR WEEKENDS. Quantities mentioned in the RFQ are quarterly estimated maximum. The local food service department will contact you weekly to describe quantities required. (viii) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below. (1) Price - The government will evaluate the Quoter�s proposed price to ensure it is fair and reasonable; (2) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor (3) Administrative costs (x) FAR 52.212-3, Offeror Representations and Certifications � Commercial Items, must be submitted with quote. (xi) FAR 52.212-4, Contract Terms and Conditions � Commercial Items, is applicable to this acquisition. (xii) FAR 52.212-5 (JAN 2025), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (b) X (4) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) X (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). X (12) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note) X (18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). X (26) (i) 52.219-28, Post Award Small Business Program Re-representation (FEB 2024) (15 U.S.C. 632(a)(2)). X (31) 52.222-3 Convict Labor (June 2003). X (33) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). X (34) (i) 52.222-26 Equal Opportunity (Sept 2016) (E.O.11246). X (36) 52.222-36 Equal Opportunities for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) X (39) (i) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). X (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a). X (51) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) X (55) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513). X (59) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). X (61) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C.3332). (c) X (9) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). (xiii) The selected Quoter must comply with the additional contract clauses and provisions 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line-Item Proposal 2852.212-4 Contract Terms and Conditions, Commercial Items (FAR Deviation) 52.232-18 Availability of Funds The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by Heather Surber, Contract Specialist, by email to hsurber@bop.gov. (xiv) Not applicable to this solicitation. (xv) The completed solicitation package must be returned no later than 2:00 p.m. Eastern Standard Time on March 7th, 2025. The anticipated award date is on or about March 17th, 2025. (xvi) Vendors shall submit quotes only to: Heather Surber, Contract Specialist, Email: hsurber@bop.gov. No fax, hand delivered, or mail-in quotes will be accepted. Please be sure to read the solicitation, cover letter, quote sheet, clauses and provisions and delivery schedule. If the answer is addressed in those documents you will not receive a response. Quotes MUST be good for 60 calendar days after close. Please ensure all information requested is included. Do not change the item description or the unit of issue. Do not use phrases such as �minimum award amount�, �All or none�, or any other phrases that would limit the Government from awarding by line item. ANY CHANGES TO THE SOLICITATION CAN RESULT IN THE GOVERNMENT REJECTING PART OR ALL OF THE QUOTE SUBMITTED. NOTE: ALL ITEMS MAY BE PAID VIA Electronic Funds Transfer (EFT) or GOVERNMENT PURCHASE CARD Any and all information will be posted to the General Services Administration, SAM.Gov website: www.sam.gov. All future information about this acquisition, including amendments, awards and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. The Government reserves the right upon inspection to reject items if they are damaged or not to the specifications as listed in the solicitation. All vendors must be completely registered in the System for Award Management, http://www.sam.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. The following is the schedule for this award: � Solicitation Posted: February 27, 2025 � Quotes Due By: March 7, 2025 � Anticipated Award Date on or about: March 17, 2025 � Earliest Day to Receive Orders: 4/1/2025-0700 AM EST � Last Day to Receive Orders: 6/25/2025-2:00 PM EST ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FMC Lexington) to respond. Questions must be submitted by email only, no phone calls please. The email addresses to send questions to are: Heather Surber, Contract Specialist, Email: hsurber@bop.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/563ab6042106440d98127ad32a97ac6d/view)
 
Place of Performance
Address: Lexington, KY 40511, USA
Zip Code: 40511
Country: USA
 
Record
SN07356546-F 20250301/250227230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.