Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

89 -- Beverage Products and Accessories

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312111 — Soft Drink Manufacturing
 
Contracting Office
MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-11-T-7517
 
Response Due
9/22/2011
 
Archive Date
11/21/2011
 
Point of Contact
William K. Hunter, 915-568-6140
 
E-Mail Address
MICC - Fort Bliss
(william.k.hunter2@us.army.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 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. 1. 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. 2. This combined synopsis/solicitation is issued as a request for quote (RFQ) W911SG-11-T-7517. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53 and DFARS Change Notice 20110819. 4. This procurement is being issued combined synopsis and solicitation as a total small business set-aside. North American Industrial Classification Standard (NAICS) code 312111 with a size standard of 500 employees applies to this procurement. 5. STATEMENT OF WORK: See attached. 6. The contract will be Firm Fixed Price with the following structure: SEE STATEMENT OF WORK. 7. The following Federal Legal Holidays are observed by Fort Bliss and William Beaumont Army Medical Center: New Year's Day (1 January) Martin Luther King's Birthday (Third Monday in January) Presidents Day (Third Monday in February) Memorial Day (Last Monday in May) Independence Day (4 July) Labor Day (First Monday in September) Columbus Day (Second Monday in October) Veterans Day (11 November) Thanksgiving Day (Fourth Thursday in November) Christmas Day (25 December) 8. The delivery schedule for this contract will be 1 October 2011 - 30 September 2012. Delivery and services shall be performed at William Beaumont Army Medical Center, 5005 N. Piedras Street, Building 7777, El Paso, TX 79920-5001. 9. All quotes will be evaluated on price, past performance, and meeting the minimum specifications for all requested items. 10. The following clauses and provisions are applicable to this solicitation: FAR 52.232-18, Availability of Funds: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-3, Offer or Representations and Certifications -- Commercial Items. The offer or must include a completed copy of this provision with their proposal (or current ORCA printout). FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The additional clauses that are applicable under this item are cited as follows: a. FAR 52.219-6, Notice of Total Small Business Aside; b. FAR 52.219-8, Utilization of Small Business Concerns; c. FAR 52.222-3, Convict Labor; d. FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; e. FAR 52.222-21, Prohibition of Segregated Facilities; f. FAR 52.222-26, Equal Opportunity; g. FAR 52.222-35, Equal Opportunity for Veterans h. FAR 52.222-36, Affirmative Action for Workers with Disabilities; i. FAR 52.222-37, Employment Reports on Veterans; j. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving k. FAR 52.225-13, Restrictions on Certain Foreign Purchases; l. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.219-1, Small Business Program Representations; FAR 52.219-28, Post-Award Small Business Program Rerepresentation FAR 52.233-3, Protest After Award; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.211-7003 Alternate I, Item Identification and Valuation; DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. The additional clauses that are applicable under this item are cited as follows: a. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; b. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; c. DFARS 252.225-7012, Preference for Certain Domestic Commodities; d. DFARS 252.232-7003, Electronic Submission of Payments DFARS 252.232-7010, Levies on Contract Payments DFAR 252.247-7023, Transportation of Supplies by Sea All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.arnet.gov. The following Local Clauses also apply: 5152.233-4000, AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 11. Offers are due by 2:00 p.m. MST on Thursday, September 22, 2011. 12. All quotes must be sent to Kyle Hunter at william.k.hunter16.civ@mail.mil or mailed to: Mission Installation & Contracting Command-Fort Bliss c/o Kyle Hunter 1733 Pleastonton Road Fort Bliss, TX 79916-6812 No faxed proposals will be accepted. 13. Questions or concerns shall be directed to Kyle Hunter, Contract Specialist, via e-mail at william.k.hunter16.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7eb5a0b2ecdc9960d73a67e506ca1d85)
 
Place of Performance
Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02579485-W 20110918/110916235058-7eb5a0b2ecdc9960d73a67e506ca1d85 (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.