SOLICITATION NOTICE
89 -- Beverage Supply- FCC Coleman, Florida - RFQP03021100021 - Attachment 001
- Notice Date
- 8/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311930
— Flavoring Syrup and Concentrate Manufacturing
- Contracting Office
- Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFQP03021100021
- Archive Date
- 11/30/2011
- Point of Contact
- Lori Wehling, Phone: (972) 352-4525, Dennis A. Chinnici, Phone: 972-352-4651
- E-Mail Address
-
lwehling@bop.gov, dchinnici@bop.gov
(lwehling@bop.gov, dchinnici@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- Specifications and Requirement 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; quotes are being requested and a written solicitation will not be issued. The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to award a firm-fixed price indefinite-delivery, requirements type contract to a responsible entity for the supply of bag in box (BIB) juice beverages, liquid coffee concentrate, dispensing equipment, and service for the prison facilities that comprise the Federal Correctional Complex Coleman (FCC), located in Coleman, Florida. Specifications and a description of the requirement is attached to this posting and labeled as Attachment 001. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). 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 FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (SEP 2005) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury; Automobile Liability: $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage. 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.211-16 Variation in Quantity (APR 1984) - (b) 10 percent increase, 10 percent decrease, the total quantity specified in each delivery order. 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective contract term through the last day of the effective contract term 52.216-19 Order Limitations (OCT 1995) - (a) less than five cases; (b) (1) the estimated quantities identified in the Schedule of Items within the current contract term; (b) (2) the estimated quantities identified in the Schedule of Items within the current contract term; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective contract term 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - prior to expiration of the current contract term; 60 days; shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised 52.21-603-70 Contract Monitor - (a) Tim Zuppinger, Food Service Administrator at FCC Coleman 52.24-403-70 - Notice of Contractor Personnel Security Requirements (OCT 2005) 52.27-103-72 - DOJ Contractor Residency Requirement - BOP (JUN 2004) Evaluation of Contractor Performance Utilizing CPARS (APR 2011) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2011)- (b) 1, 4, 6, 13, 14, 16, 21, 24-31, 36, 37, 45. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award resulting from this solicitation will be made in October 2011. Contract term: The anticipated performance terms of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. The contractor shall commence service under this contract within 14 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCC Coleman located in Coleman, Florida. Ordering Official: Delivery orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FCC Coleman is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed: 1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote for this requirement, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions 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 FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) tailored to delete paragraphs at c, h, i, and l as they have been determined to be non-applicable to this solicitation. Additionally, all references to "offer" and "offerors" are changed to read "quote" and "quoters" respectively. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.209-7 Information Regarding Responsibility Matters (JAN 2011) 52.212-3 Offeror Representations and Certifications - Commercial Items (AUG 2009) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Product Samples: Upon request of the government, samples of finished product will be submitted to FCC Coleman and must be mixed to the ratio stated in the quote. Submission of product samples is subject to FAR 52.212-1(d). Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. The Government intends to evaluate quotes considering past performance, product/equipment quality, and price, and intends to make a single award to a quoter, pursuant to an affirmative determination of responsibility, whose quote, conforms to the solicitation and is determined to be the best value to the Government. Site Visit: Requests for a site visit may be made in writing to the Contracting Officer and submitted via email to lwehling@bop.gov by Wednesday, August 17, 2011. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The North American Industrial Classification (NAICS) code is 311930, Flavoring Syrup and Concentrate Manufacturing, and the applicable small business size standard is 500 employees. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered. (1) Contractors DUNS Number (2) Quoted pricing for beverage product and coffee product. Quoters must submit price quotes using the Schedule of Items detailed in Attachment 001. A price quote for both beverage and coffee product must be provided for the Base Year, Option 1, Option 2, Option 3, and Option 4. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov (4) A written description of contractor's plan to fulfill the requirements of the contract to include the following: (a) List of all flavors that will be available to the government under a resultant contract. (b) Information identifying dispensing units to be provided to include pictures or brochures. (c) Timeline for delivery of required dispensing equipment and installation schedule. (d) Description of how the contractor intends to ensure timely response for repair services and the approach to performance of preventative maintenance of equipment. (e) Acknowledgment of subcontracting possibilities (5) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). (6) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. Regarding Submission of Quotes: Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Friday, September 2, 2011. Written quotes will be accepted by mail, hand-carried delivery, fax, or email. Mailed or Hand-carried Quotes must be delivered to the attention of Lori Wehling, Contracting Officer at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hours of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Faxed Quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contracting Officer. Quotes should be clearly marked with the solicitation number and include all required information. Emailed Quotes must be sent in.pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP03021100021. Quotes must include all required information. Questions regarding this requirement may be directed in writing to Lori Wehling, Contracting Officer at the email address listed below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03021100021/listing.html)
- Place of Performance
- Address: 846 N.E. 54th Terrace, Coleman, Florida, 33521, United States
- Zip Code: 33521
- Zip Code: 33521
- Record
- SN02529487-W 20110812/110811000101-97e9ec91195b43843377e2ba9293879f (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 |