SOLICITATION NOTICE
89 -- Food items for Riverside Indian School
- Notice Date
- 7/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA SPRO 00003100 NORTH RIVERSIDE DRIVEContracting OfficeAnadarkoOK73005-0368US
- ZIP Code
- 00000
- Solicitation Number
- A13PS00523
- Response Due
- 8/5/2013
- Archive Date
- 9/4/2013
- Point of Contact
- Ricky Mills
- 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; quotes are being requested and a written solicitation will not be issued. FAR Parts 12 and 13 are being utilized and any language used must be interpreted with the view that all line items are commercial items (Part 12) and the simplified acquisition (Part 13) rules are being utilized despite any use of terms that might indicate that Part 14 or Part 15 is being used. Additionally, other than Part 12 or 13 provisions and clauses may be used when required or allowed by the Federal Acquisition Regulations (FAR)(i.e. Part 41 Utilities, Part 36 Services, etc.) or when the clauses or provisions are being utilized in the commercial open market and are beneficial to the government and the contractor (Authority - see FAR 12.301(e) "supplemental clauses") and FAR 12.302(a) "tailoring clauses"); even though these provisions and clauses may be from different parts of the FAR (the applicable clauses or provisions will be marked (Tailored), supplemental clauses and provisions will not be marked (because they will be the same as in other parts of the FAR). For example: FAR Parts 12 and 13 provisions and clauses may be supplemented by Part 36 (construction), Part 15 (Negotiation), Part 14 (Sealed Bidding), and etc. provisions and clauses when they're used in the open commercial market or otherwise required by the FAR. All FAR required clauses and provisions are incorporated into the purchase order (Christian Doctrine) and solicitation, even if not listed in the purchase order or solicitation. Clauses and provisions that are only referenced in the solicitation/purchase order/contract can be found at the following websites: http://www.acquisition.gov/ or http://farsite.hill.af.mil/. Quotes must be submitted by electronic means to the contracting officer (no faxes will be accepted). Quotes are not required to be in a specific format, but must be broken down into enough detail as to discern pricing methods for each line item that is in the solicitation (quantity, price, etc.) and otherwise be responsive to CO's requests located in the body of the solicitation. The vendor will also be required to circle or otherwise mark items within the provisions and clauses to be responsive. Examples of locations of required attention is: provision 52.212-3 (certification - unless you have done this electronically on www.sam.gov ); 52.222-22 previous contracts and compliance reports; if this is a Buy Indian Act set-aside, then the vendor will need to view clause 1452.280-2 Notice of Indian Economic Enterprise Set-Aside and submit a document that describes how they meet the definition of a Indian Economic Enterprise. The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 05-68. The quote must contain all of the following information: 1.Quotes shall include company TAX ID Number, DUNS Number (always applicable), and be registered on the System for Award Management (S.A.M.) website (https://www.sam.gov/portal/public/SAM/ ). Note, ALL information must be current in the respected system or the contract officer will rule that the vendor is non-responsive and move onto the next listed vendor. 2.All applicable taxes and fees (i.e. TERO, sales, etc.) must be included in the quote. 3.All vendors must be enrolled on the Internet Payment Platform (IPP). Enrollment can be accomplished at https://www.ipp.gov/. Note, ALL information (bank account #, etc.) must be current in the system or the contract officer will rule that the vendor is non-responsive and move onto the next listed vendor. 4.Vendors must provide all contact information on the quote. The information that must be included is: phone numbers, contact names, email address for which to send a purchase order, and any other applicable information that would benefit the contracting officer. 5.Page layout - no more than 10 pages will be accepted, the font size shall not be any smaller than 12, and the page margins shall not be any less than 0.5 on any side (unless otherwise necessary by the size or number of items quoted). 6.The quote should be good for 30 calendar days after close of solicitation (exceptions: propane, diesel, etc.). 7.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 (if applicable). Deliverables: The Riverside Indian School in Anadarko, OK 73005 will require weekly deliveries of food items (please see the attached list for details of the products and needed quantities). Slight variances in the size of the containers is allowed, but not by much. The school has limited shelving space and containers must be within a close proximity of the stated amounts (ounces, Ibs., etc.) to be acceptable, if applicable. It's also important because of the speed of use and the spoilage factor. The anticipated start date of the purchase order will be from approx. 08/12/2013 and end approx. 08/11/2014. The actual school year is from 08/19/2013 to approx. 05/30/2014 and orders most likely will end at the end of the school year (approx 05/30/2014). In case of issues with contracting (etc.), there may be an option to extend the purchase order time and quantity amounts, it's not anticipated that this will occur and will be subject to the availability of funds for the fiscal year (see clauses and provisions for details). Payments will occur via the IPP system. The vendor must register at www.IPP.gov and do all invoicing via that site. This is the only way that the vendor may receive payment. The quality of the products must be of superior quality. The products, if covered by USDA standards, must meet the top standard (unless otherwise agreed to by both parties). The vendor must have a written protocol in regards to the return of items that do not meet those standards. The school will have a reasonable amount of time after delivery to inspect the items for spoilage and freshness. Stale items will also be returned and repeated issues will be reflected on any further contract consideration in the future and repeated issues will be entered into CPARS. The school staff will contact the vendor with the needs weekly (within days of needing the items, please state how fast delivery can occur after order (this will be an evaluation factor)). The deliverables must be placed in the appropriate place (fridge, freezer, storage area, in an organized manner mutually agreed upon) in a manner needed by school staff. There isn't a loading dock (raised platform for off-loading). There is a loading area and trucks may need hydraulic lifts to off load the products. Please include ordering procedures with your quote and any other relevant information regarding proposed delivery protocols. The vendor must also include time tables for delivery after order is placed (again, this will be a factor in award). It's anticipated that this will be a requirements contract that is a fixed price with economic adjustment. The price per item will be a firm price with economic price adjustment (see below for details), but the quantity may not reach the stated maximum. It is anticipated that the school will purchase the stated amount, but is not guaranteed. In the case the school needs additional amounts (within the stated time frame), then the purchase order may be modified by approx. 15% of the stated maximum to meet this possible need. The minimum order amount will be met by the ordering of $50,000 worth of scheduled items. There will be an opportunity to adjust the prices based on increases to prices, if the prices are increased for the same items to the general public, then the vendor may write the CO and ask for an increase price of specific individual items (not more often than every 3 months (first opportunity would be 11/12/2013)). The vendor must also contact the government in writing when prices are decreased and request a lowering of the price of the individual items (anytime) (see attached clauses for details). Evaluation factors: quotes will be evaluated based on: price, submitted relevant past performance (purchase orders with other State, Federal, and private schools), offered products, and speed of delivery capabilities. It's anticipated that the award will be made by 08/09/2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A13PS00523/listing.html)
- Record
- SN03122990-W 20130724/130722234458-f23df10b390e2a0f977b1cfddc031865 (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 |