SOLICITATION NOTICE
88 -- Stock USAF Academy Lakes with Rainbow Trout
- Notice Date
- 1/16/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA700004R0048
- Response Due
- 2/4/2004
- Archive Date
- 2/19/2004
- Point of Contact
- Margaret Wages, Contract Specialist, Phone (719) 333-6572, Fax (719) 333-4747, - Beth Moronese, Lead Contract Specialist, Phone 719-333-6677, Fax 719-333-6608,
- E-Mail Address
-
margaret.wages@usafa.af.mil, beth.moronese@usafa.af.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 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. This solicitation is issued as a Request For Proposal (RFP), FA7000-04-R-0048 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. The North American Industrial Classification System (NAICS) number is 114111, Finfish Fishing, and the business size standard is 500 employees. The proposed acquisition is 100% set aside for small businesses. The USAF Academy (USAFA) intends to contract for hatchery-reared rainbow trout of 9-inch (average length) for five recreational fishing lakes on the USAFA and three lakes at Farish Recreation Area (approximately 5 miles from Woodland Park, CO). Rainbow trout shall be supplied approximately every three to four weeks from March 15 thru September 15. All deliveries shall be made during normal business hours (Monday-Friday, 7am to 5pm), FOB Destination. All deliveries will be coordinated with USAFA Natural Resources office. The contractor shall provide a copy of the Fish Health Inspection Report from the hatchery of origin with each delivery and prior to placing fish in the lakes. This contract will be for a base year and four one-year options. The contract period of performance is approximately 15 March 04 thru 14 March 05 for the Base Year and and 15 March 05 thru 14 Mar 09 for Option Years I thru IV. The contractor shall provide all supervision, personnel, equipment, transportation, and material necessary to supply the following: Bid Schedule: Line Item 0001 (Base Year: 15 Mar 04-14 Mar 05): Quantity: 11,200 LBS Description: The contractor shall supply 1400 pounds of rainbow trout (9? average average length) to be divided between the five fishing lakes on the USAF Academy in eight (8) separate deliveries from March thru September. Line Item 0002 (Base Year: 15 Mar 04-14 Mar 05): Quantity: 6000 LBS Description: The contractor shall supply 1000 pounds of rainbow trout (9? average average length) to be divided between the three fishing lakes at the Farish Recreation Area in six (6) separate deliveries from March thru September. Line Item 1001 (Option 1: 15 Mar 05-14 Mar 06): Quantity: 11,200 LBS. Description: The contractor shall supply 1400 pounds (9? average average length) of rainbow trout to be divided between the five fishing lakes on the USAF Academy in eight (8) separate deliveries from March thru September. Line Item 1002 (Option 1: 15 Mar 05-14 Mar 06): Quantity: 6000 LBS Description: The contractor shall supply 1000 pounds of rainbow trout (9? average average length) to be divided between the three fishing lakes at the Farish Recreation Area in six (6) separate deliveries from March thru September. Line Item 2001 (Option 2: 15 Mar 06-14 Mar 07): Quantity: 11,200 LBS Description: The contractor shall supply 1400 pounds of rainbow trout (9? average average length) to be divided between the five fishing lakes on the USAF Academy in eight (8) separate deliveries from March thru September. Line Item 2002 (Option 2: 15 Mar 06-14 Mar 07): Quantity: 6000 LBS Description: The contractor shall supply 1000 pounds of rainbow trout (9? average average length) to be divided between the three fishing lakes at the Farish Recreation Area in six (6) separate deliveries from March thru September. Line Item 3001 (Option 3: 15 Mar 07-14 Mar 08): Quantity: 11,200 LBS Description: The contractor shall supply 1400 pounds of rainbow trout (9? average average length) to be divided between the five fishing lakes on the USAF Academy in eight (8) separate deliveries from March thru September. Line Item 3002: (Option 3: 15 Mar 07-14 Mar 08): Quantity: 6000 LBS Description: The contractor shall supply 1000 pounds of rainbow trout (9? average average length) to be divided between the three fishing lakes at the Farish Recreation Area in six (6) separate deliveries from March thru September. Line Item 4001 (Option 4: 15 Mar 08-14 Mar 09): Quantity: 11,200 LBS Description: The contractor shall supply 1400 pounds of rainbow trout (9? average average length) to be divided between the five fishing lakes on the USAF Academy in eight (8) separate deliveries from March thru September. Line Item 4002: (Option 4: 15 Mar 08-14 Mar 09): Quantity: 6000 LBS. Description: The contractor shall supply 1000 pounds of rainbow trout (9? average average length) to be divided between the three fishing lakes at the Farish Recreation Area in six (6) separate deliveries from March thru September. Contract Clauses: FAR 52.212-4, Contract Terms and Conditions?Commercial Items, is incorporated by reference. The following addenda to 52.212-4 is applicable to this acquisition: FAR clauses: 52.211-16 (plus or minus 2%); 52.223-5; 52.233-2 (10MSG/LGCA, 8110 Industrial Dr, USAF Academy, CO 80840); and 52.242-13. DFARS 252.212-7000; USAFAFARS 5352.242-9500, Contractor Access to Air Force Installations. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. Under clause 52.212-5, the following clause numbers are checked as applicable to this acquisition: (b) 1, 5, 7, 9, 13, 14, 15, 16, 17, 18, 19, and 29; DFARS 252.212-7001. Contract Provisions: Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors?Commercial Items incorporated in this acquisition. The following addenda to 52.212-1 apply to this acquisition: (1) The offeror agrees to hold the prices for acceptance of offers to 60 days.(2) Bid Schedule: The bid schedule shall be submitted on company letterhead, dated, and signed by authorized individual. The bid schedule shall be submitted in the following format: Line Item Number, Quantity, Unit Price (per lb), and the Extended dollar amount for each line item. The offeror should include a Grand Total Price for all five years. (3) Past Performance References: Offerors shall submit a list of three past performance references on company letterhead. References should be for contracts performed within the last three years, of the same and/or similar to the size, magnitude, and complexity as this requirement. Include the following information for each reference: (a) Contract Number (b) Dollar Value (c) Contract Office or Company Name (d) Name and Telephone Number of Contracting Officer and/or QAE and (e) a Description of Services that were provided. Offerors may provide reference information on problems encountered on the identified contracts and the offeror?s corrective actions taken and information on how they met or exceeded the contract requirements or customer?s expectations. (4) Bank References: The offeror shall submit Bank Reference(s) for the government to use in order to determine contractor responsibility. Include the name, address, telephone and fax numbers, and a point of contact. The provisions at FAR 52.212-2, Evaluation?Commercial Items apply 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. Performance Price Tradeoff (PPT): The tradeoff process will be determined on the basis of the comparative assessment of offerors? past performance and price. The following factors shall be used to evaluate offers: (a) Price: Price will be evaluated to determine its fairness, and reasonableness as it relates to the item offered. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. (b) Past Performance: Past performance will be evaluated to ensure satisfactory business practices and timely performance. Past performance is approximately equal to price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. A DUNS number, Cage Code, and Tax Identification Numbers are required. Offerors shall be registered in Central Contractor Registration (CCR) prior to award. 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. Receipt of Offers: Proposals must be received NO LATER THAN 3:00 pm Mountain Standard Time, 4 FEBRUARY 2004 at 10ABW/LGCA, Attn: Margaret Wages, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Faxes will be accepted at (719) 333-4747. Contact Margaret Wages (719) 333-6572 email margaret.wages@usafa.af.mil or Beth Moronese, 719-333-6677, for information regarding this solicitation.
- Place of Performance
- Address: United States Air Force Academy, CO
- Zip Code: 80840
- Country: U.S.
- Zip Code: 80840
- Record
- SN00505407-W 20040118/040116212121 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |