SOLICITATION NOTICE
89 -- Bottled Water Requirement
- Notice Date
- 12/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 312112
— Bottled Water Manufacturing
- Contracting Office
- MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R11T1006
- Response Due
- 1/10/2011
- Archive Date
- 3/11/2011
- Point of Contact
- Tejae Craig, 928-328-6903
- E-Mail Address
-
MICC Center - YPG
(tejae.craig@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ) under Solicitation Number W9124R-11-T-1006. This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) code is 312112 with a size standard of 500 employees. The requirement is for the delivery and thereafter replenishment of quality drinking water for worksites at U.S. Army Yuma Proving Ground (USAYPG), AZ. The period of performance for this procurement is a base period with two one-year options. The contractor will be required to provide services in accordance with the Performance Work Statement (PWS) indicated in Attachment 2. It is anticipated that the contract award and the exercise of options periods will be issued subject to the availability of funds. This will be a Firm-Fixed Price contract. Quotes shall conform to the Contract Line Item Numbers (CLIN) structure indentified in Attachment 1. The quantities provided in the CLIN structure are estimated and will not be the same each year. Offerors must provide the Unit Price, Total Price, and Total Extended Price for all CLIN except 0006, 1006, and 2006. Offerors must provide the Unit Price for CLIN 0006, 1006, and 2006 in the description. It is anticipated that payment will be made by Government VISA Payment Card. Offerors shall account for any costs associated with accepting credit card payment. This RFQ closes on Monday, 10 January 2011 at 12:00 Noon Mountain Standard Time (MST). Electronic or facsimile quotations are acceptable and must be received on or before the closing date and time of this RFQ. Quotes may be sent to fax # (928) 328-6534 or by e-mail to the Point of Contact (POC) specified in this RFQ. You must include reference to RFQ W9124R-11-T-1006 in the subject line. There will be only one question period. Questions must be submitted in writing. All questions concerning this requirement must be emailed to the POC listed below no later than Monday, 03 January 2011 at 11:00 a.m. Mountain Standard Time (MST). Reference RFQ W9124R-11-T-1006 on all inquiries. All responding vendors must be actively registered with the Central Contractor Registration (CCR) prior to award of contract. Information to register in CCR can be found at http://www.ccr.gov/(https://www.bpn.gov/ccr/default.aspx). Offerors that fail to furnish required representations as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-47, Effective 13 Dec 2010 and Defense Federal Regulation Supplement (DFARs), current to DPN 20101216 (Effective 16 Dec 2010) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. Specific provisions applicable to this acquisition are: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008) In order to be deemed technically acceptable offerors must be listed on the U.S. Army Veterinary Command (VETCOM) Federal Approved Sources Website http://veda.amedd.army.mil/86256F90007C2D1D/VETCOM. Past Performance Questionnaires indentified in Attachment 3 will be used to evaluate past performance. Offerors shall submit questionnaires of three most recent (within the past three years) and relevant (same or similar requirements) contracts. NOTE: Higher consideration maybe given to past performance. The questionnaires must be completed and submitted. The Government may use data provided in the offeror's proposal and data obtained from other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems and State Department Watch Lists. Pricing shall be submitted fully completed and error free. It shall contain the offeror's prices for each of the established CLIN. Quotes shall conform to the CLIN structure indentified in Attachment 1. 52.212-2, Evaluation Commercial Items (Jan 1999) Basis for award: The government anticipates award on a best value basis. 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 Government reserves the right to award to other than the low offeror. Offerors will be required to submit written proposals only. Oral proposals will not be accepted. Offerors must propose to perform all aspects of the PWS. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. As part of the price evaluation, the Government will evaluate the "Option to Extend Services" under FAR Clause 52.217-8 by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, and second option, and one-half of the second option. Offerors are required only to price the base year and two option periods. Offerors shall not submit a price for the potential one-half year extension of services period. 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010), Alt I (Apr 2002) NOTE: In order to complete the Representations and Certifications you may go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Oct 2010) with Alternate I (Apr 2002). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. Specific clauses applicable to this acquisition are: Federal Acquisition Regulation (FAR) 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2010) Applicable clauses under FAR 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alt I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-8, Utilization of Small Business Concerns (Dec 2010) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-50, Combating Trafficking in Persons (Feb 2009) 52.222-54, Employment Eligibility Verification (Jan 2009) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.232-36, Payment by Third Party (Feb 2010) 52.233-3, Protest after Award (Aug. 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2010) 252.225-7000, Buy American Act Balance of Payments Program Certificate (Dec 2009) Applicable clauses under DFARS 252.212-7001: 52.203-3, Gratuities (APR 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) The following FAR and DFARS clauses are added by addendum: 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) Paragraphs (a) and (c) are completed as follows: (a) 30 days of contract expiration (c) 3 years and 6 months. 52.247-34, F.o.b. Destination (Nov 1991) 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.211-7003 Item Identification Valuation (Aug 2008) 252.232-7010, Levies on Contract Payments (Dec 2006)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df2d6fcf015055da6a74ea9c05247187)
- Place of Performance
- Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02348308-W 20101223/101221234232-df2d6fcf015055da6a74ea9c05247187 (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 |