Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2008 FBO #2482
SOLICITATION NOTICE

89 -- DETAINEES FOOD

Notice Date
9/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722211 — Limited-Service Restaurants
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DML, 24000 Avila Road, Laguna Niguel, California, 92677, United States
 
ZIP Code
92677
 
Solicitation Number
FDNDRO090024
 
Archive Date
10/1/2008
 
Point of Contact
Jun Surla,, Phone: 9493603073
 
E-Mail Address
jun.surla@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation, Request for Quote (RFQ) for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written RFQ will not be issued. The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26. Department of Homeland Security, Immigration and Customs Enforcement is requesting a quotation to provide food for the detainees of approximately 21,600 freshly prepared meals per year at a firm fixed price. Contractors shall be able to meet the following Government requirements: (1) 6 inch Sandwich consists with fresh white or wheat bread, spread with either butter or margarine, turkey, roast beef or ham and cheddar or jack cheese; (2) Small bag of corn or potato chips or a piece of fruit (apple or orange); (3) Small 6 oz of fruit juice (apple, orange or tomato); (4) Location will be within 2 miles radius of 4730 Paris Street Denver, CO 80239; (5) Availability from Monday thru Sunday between 6:00 AM to 6:00 PM. Period of Performance shall be for a base year with four (4), one (1) year option to extend. The interested contractor shall submit the following for consideration: (1) Capability addressing the 3 products being solicited; (2) Physical location and estimated radius in miles to the required address; (3) Pricing per meal for the base year and each option year; and (4) Copy of most recent County of Health and Safety report. The Government will award on an all or none basis. FAR 52.212-2 Evaluation-Commercial Items applies with evaluation factors of: (1) Ability to meet Government requirements, including County of Health Food & Safety Evaluation Report; (2) Pricing per meal. The following Federal Acquisition Regulation (FAR) Clauses are incorporated by reference. Full text of reference can be found at website: http://www.acqnet.gov/far/ 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-3 Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. Additional FAR clauses applies: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services (60 days); 52.217-9 Option to Extend the Term of the Contract ( a. 60 days, 1 day, c. 5 years 6 months); 52.232-18 Availability of Funds; Offerors shall complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their Representations and Certifications via ORCA @ http://orca.bpm.gov. The North American Industry Classification System Code (NAICS) is 722211; Size Standard is $7 Million. Closing date or response date for this synopsis/quotation is September 26, 2008 at 3:00 PM, Pacific Time. Only written responses will be accepted. Response may be send via e-mail with attachment in MS Word format to Jun Surla, at e-mail address jun.surla@dhs.gov or mail to U.S. Department of Homeland Security, Immigration and Customs Enforcement, Laguna Branch, 24000 Avila Road, Suite 3104, Laguna Niguel, CA 92677, Attn: Jun Surla. Use FDNDRO090024 as reference when submitting quote. Quote via oral communication shall not be accepted in response to this notice. If you are a small business concern, identify the category when submitting quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bdecde74a3cbd4a9bf1fad31cd1ae08f&tab=core&_cview=1)
 
Place of Performance
Address: Department of Homeland Securtiy, Immigration and Customs Enforcement, 4730 Paris St., Denver, Colorado, 80239, United States
Zip Code: 80239
 
Record
SN01665966-W 20080912/080910222004-bdecde74a3cbd4a9bf1fad31cd1ae08f (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.