Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2013 FBO #4086
SOLICITATION NOTICE

89 -- The Kentucky Army National Guard is seeking bids on providing ice to its training center.

Notice Date
1/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312113 — Ice Manufacturing
 
Contracting Office
USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
 
ZIP Code
40601-6192
 
Solicitation Number
W91FX823370400
 
Response Due
2/23/2013
 
Archive Date
3/30/2013
 
Point of Contact
Dwight E. Kinder, 502-607-1208
 
E-Mail Address
USPFO for Kentucky
(dwight.e.kinder2.mil@mail.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. The Kentucky National Guard intends to award a seven month firm fixed price contract for bagged ice services. This acquisition is solicited as full and open competition using NAICS code 312113, Ice (except dry ice) Manufacturing. The period of performance will be from 1 March 2013 thru 30 September 2013 plus two option periods. Option period 1 is from 1 October 2013 - 30 September 2014 and option period 2 is from 1 October 2014 - 30 September 2015. The evaluation criteria will be the lowest price technically acceptable. Technical acceptability will be determined on the contractor's ability to meet the delivery schedule and the contractors past performance. The Kentucky Army National Guard has the following requirement: A quantity of 6,000, 22 pound bags of ice, crushed or cubed for base year, 1 March 2013 - 30 September 2013. We are also requesting option period pricing for two (2) subsequent years. Estimated usage during each option year will be approximate quantity of 6,000, 22 pound bags. Pricing per bag shall be inclusive of all cost factors i.e., cost of ice, packaging, and delivery. Quantity of product delivered at any one time will vary based on site usage and instructions provided by the Contracting Officer Representative (COR). Offeror shall deliver quantities of ice based on instructions provided by the Contracting Officers Representative (COR) on site. Offeror is responsible for delivering ice on time and consistent with the instruction provided by the COR. Delivery of required quantities must be made within 48 hours after receipt of order. Successful bidder will be allowed to bill the government after each delivery for the amount of ice delivered. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. All deliveries shall be to the Wendell H. Ford Regional Training Center, 4675 State Route 181 North, Greenville, KY 42345. If you have any questions regarding this combined synopsis solicitation please contact me by email listed below. All correspondence must be clearly marked with the solicitation number W91FX823370400. This combined synopsis solicitation will close 23 February 2013 at 2 pm EST. Quotes will be accepted via fax or email. Send all quotes appropriately marked to dwight.e.kinder2.mil@mail.mil, fax # 5026071424. Interested offerors shall submit their proposals on the ice proposal form, attachment 1 and complete the Class_Deviation_2013-O0006_Provision_A, attachment 2. Proposals submitted in any other format or failure to return all attachments may be considered nonresponsive and may not be considered for award. Offerors may submit additional information that they may feel pertinent to the award of this contract on company letter head or plain white paper and attach to provided documentation. The period of performance is: 1 March 2013 - 30 September 2013 Option period 1: 1 October 2013 - 30 September 2014 Option period 2: 1 October 2014 - 30 September 2015 The following provisions and/or clauses apply to this acquisition. FAR 52.211-16 Variation in Quantity -- As prescribed in 11.703(a) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Terms of the Contract FAR 52.232-18 Availability of Funds FAR 52.222-50 Combating Trafficking in Persons FAR 52.233-4 Applicable Law for Breach of Contracts FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252.232-7003 Electronic Submission of Payment Request FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.201.7000 Contracting Officer's Representative 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD APPROPRIATIONS (DEVIATION 2013-00006) (DATE) (a)In accordance with section 101(a)(3) of the Continuing Appropriations Resolution, 2013,(Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 252.209-7996 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Military Construction Appropriations. REPRESENTATION BY CORPORATIONS REGARDING A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD MILITARY CONSTRUCTION APPROPRIATIONS (DEVIATION 2013-00006) (DATE) (a)In accordance with section 101(a)(10) of the Continuing Appropriations Resolution, 2013,(Pub. L. 112-175) none of the funds made available by that Act for military construction may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. INSTRUCTIONS TO OFFERORS: All Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov. The government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Questions will only be accepted in writing to the Contract Specialist; SFC Dwight E. Kinder at email address dwight.e.kinder2.mil@mail.mil NO LATER THAN 12 February 2013 5pm EST. Verbal questions will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered responsive. Attachments: Ice Proposal Form Class_Deviation_2013-O0006_Provision_A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15/W91FX823370400/listing.html)
 
Place of Performance
Address: Wendell H. Ford Regional Training Center 4675 State Route 181 North Greenville KY
Zip Code: 42345
 
Record
SN02974859-W 20130131/130129234929-9e47ae378dc92323d3b75d206f584ab1 (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.