Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
SOLICITATION NOTICE

89 -- Subsistence-Groceries - Grocery List

Notice Date
8/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424410 — General Line Grocery Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-16-T-0119
 
Archive Date
9/10/2016
 
Point of Contact
Christy A Shouey, Phone: 7202504039
 
E-Mail Address
christy.a.shouey.mil@mail.mil
(christy.a.shouey.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Tab 1 is the list needed for delivery on 9 SEP 16 This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 and supplemented with additional information included in this notice. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-82. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation W912LC-16-T-0119 is issued as a request for quotation. The Colorado Army National Guard will be awarding a Firm-Fixed Price Contract for subsistence groceries delivered to 7105 North West 70th Johnstown, IA 50131 (Camp Dodge). First delivery on 9 September 2016 second delivery on 12 September 2016. Solicitation Closes: 29 August 2016 1600 Mountain Time. All quotes must be received electronically by email to Christy.A.Shouey.mil@mail.mil by the closing date and time. All questions must be emailed to the email address above. Award Information: All responsible quotes received by the closing date and time will be considered for award. Responsible quotes will be formatted to match solicitation contract line item numbers (CLINS). To be eligible for award for this solicitation, the offeror must be registered in the System for Award Management (SAM) at (www.sam.gov) at time of contract award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers. Technical capability, Price, socioeconomic status, and item characteristics and company initiatives supporting environmental protection programs. STATEMENT OF WORK See attached spreadsheet for itemized list Deliver all items to the following address. Terms of delivery are FOB destination. 7105 N W 70th Johnstown, IA 50131 (Camp Dodge) Delivery of all items on the first tab is due Friday 9 September 2016. Delivery of all items on the second tab is due Monday 12 September 2016. The following FAR clauses are applicable to this acquisition: Clause at 52.202-1, Definitions Clause at 52.204-16, Commercial and Government Entity Code Reporting Clause at 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Provision at 52.212-1, Instructions to Offerors - Commercial Items. Provision at 52.212-2, Evaluation -- Commercial Items. Provision at 52.212-3 ALT 1, Offeror Representations and Certifications -- Commercial Items. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following additional FAR clauses apply to this acquisition; 52.219-6, Notice of Total Small Business Set Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-35, Equal Opportunity for Veterans; 52.222-37, Employment Reports on Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.223-15 Energy Efficiency in Energy Consuming Products; 52.225-1, Buy American Act- Clause at 52.223-18, Contractor Policy to Ban Text Messaging While Driving Clause at 52.225-13, Restriction on Certain Foreign Purchases Clause at 52.232-1, Payments Clause at 52.247-29, F.O.B. Clause at 52.252-2, Clauses incorporated by reference (www.arnet.gov/far or www.farsite.hill.af.mil) Clause at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following additional DFAR clauses apply to this acquisition; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel Clause at DFAR 252.203-7000, Representations Relating to Compensation of Former DoD Officials. Clause at DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. Clause at DFAR 252.203-7999(DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION) CD 2015-O0010 (http://www.acq.osd.mil/dpap/dars/classdeviations.html Clause at DFAR 252.209-7992(DEV) Representation bu Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-Fiscal Year 2015 Appropriations (DEVIATION) CD 2015-O005 (http://www.acq.osd.mil/dpap/dars/classdeviations.html Clause at DFAR 252.232-7003, Electronic Submission of Payments and Receiving Reports. Clause at DFAR 252.232-7006, Wide Area Workflow Payment Instructions Clause at DFAR 252.232-7010, Levies on Contract Payments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-16-T-0119/listing.html)
 
Place of Performance
Address: 7105 North West 70th, Camp Dodge, Johnstown, Iowa, 50131, United States
Zip Code: 50131
 
Record
SN04228263-W 20160819/160817235142-9c7459ac7811d204f2aa496e5228f27d (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.