Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2018 FBO #6001
SOLICITATION NOTICE

73 -- Meal Services - Attachment I - Statement of Work - Attachment VI - Past Performance Form - Attachment IV - Contract Clauses - Attachment III - CDR Food Contract - Attachment II - Daily Meal Menu - Attachment V - QASP - SF 1447

Notice Date
4/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
70CDCR18R00000004
 
Archive Date
5/29/2018
 
Point of Contact
Jose R. Munoz, Phone: 9494257045, Jun Surla, Phone: 9493603073
 
E-Mail Address
jose.munoz@ice.dhs.gov, jun.surla@ice.dhs.gov
(jose.munoz@ice.dhs.gov, jun.surla@ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1447 Attachment V - QASP Attachment II - Daily Meal Menu Attachment III - CDR Food Contract Attachment IV - Contract Clauses Attachment VI - Past Performance Form Attachment I - Statement of Work Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) is requesting a proposal to provide daily freshly prepared meals for the detainees at the San Diego Staging Area. This procurement is being conducted under the procedures provided under Federal Acquisition Regulation (FAR) part 12.6. A Fixed Price (FP) Indefinite Quantity (IDQ) Requirements contract will be awarded to the responsible offeror that will meet the requirement. ICE will place delivery orders for each year for FP with estimated quantity. The Government is obligated only to the extent of authorized purchases actually made under the contract. Offerors must include unit price for all Contract Line Item Numbers (CLINs) to be considered. 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; Request for Proposal (RFP) in accordance with FAR part 12.6 is being requested and a written solicitation will not be issued. RFP incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-97. The North American Industry Classification System Code (NAICS) is 311991; Size Standard is 500 Employees. See attached RFP 70CDCR18R00000004 Standard Form (SF) 1447 for a list of line item numbers, the description of article, estimated quantity per year, unit price, and amount, for base year plus four (4) optional years and six (6) month extension under FAR 52.217-8, including Attachment I -Statement of Work, Attachment II - Daily Menu Meal, Attachment III - Contract Discrepancy Report, Attachment IV - Contract Clauses, Attachment V - Quality Assurance Surveillance Plan, and Attachment VI - Past Performance Evaluation. Contractors shall satisfy the following requirements: 1) Attachment I - Statement of Work, and 2) Attachment II - Daily Menu Meal. FAR 52.212-2 Evaluation-Commercial Items. (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical Capability 1.1 - Ability to meet Government requirements in accordance with Attachment I - Statement of Work and Attachment II - Daily Menu Meal. 1.2 - Delivering One Sample Breakfast Burrito Meal from Attachment II - Daily Menu Meal by coordinating with Jose R. Munoz Jr., Contract Specialist via email jose.munoz@ice.dhs.gov regarding the date of delivery. The sample will be evaluated in accordance with the Attachment I - Statement of Work Section 1.2a, 1.2b, 1.2c, 1.2d, 1.5a, and 1.5c. Factor 2 - Past Performance Past Performance Evaluation (Attachment VI) that the Offerors will submit to the cited client POC(s) for completion is included herein. ICE requests that the Offerors have the evaluation submitted directly to ICE by the client POC by the due date established for the offer. The evaluation shall be emailed directly to jose.munoz@ice.dhs.gov. The contractor is solely responsible for ensuring timely submission. In evaluating past performance, ICE will take into consideration the past performance assessments from the Offeror's references by submitting no more than 1 contract of similar scope, and complexity of this requirement and that were completed within the last three years from the closing date of the solicitation or which the Offeror is currently performing. However, ICE reserves the right to use information it obtains through other sources (e.g., the Past Performance Information Retrieval System [PPIRS], interviews with previous clients/customers of the contractor and/or the ERO, other agency databases, etc.). The assessment will address the Offeror's trend during contract performance, quality, source of the information, and the potential for successful performance in addition to the currency and relevance of the information received. The contractor is solely responsible for ensuring the timely submission of past performance evaluation forms [however, the bidder may confirm with Mr. Jose Muñoz on whether the forms have been submitted prior to the closing date/time of the solicitation]. Offerors are also advised that only relevant experience will be evaluated for the purposes of past performance; however, the absence of past performance data will be rated neither favorably nor unfavorably (i.e. neutral). Factor 3 - Price The purpose of the price factor is to assess the reasonableness of the proposed price, including all options, and to assess the acceptability of, and correlation to the other business matters of the offer. The results of the price evaluation shall also be used as an aid in determining each Offeror's understanding of the technical requirements of the solicitation. Any offer that is unreasonable or materially unbalanced as to price for basic and option items including follow-on years may be rejected. An unbalanced offer exists when, despite an acceptable total evaluated price, the price of one or more Contract Line Item Numbers (i.e. CLINs) is significantly understated or overstated as indicated by price analysis techniques. All 3 factors are approximately equal. The government will trade off for the best value and will not necessarily award to the highest rated or lowest price offeror. The contract will be awarded based on best value. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their Representations and Certifications via SAM @ https://www.sam.gov. This requirement is 100% set-aside for small business. Question due date for this synopsis/proposal is Wednesday, May 02, 2018, at 12:00pm, Pacific Standard Time. Closing date or response date for this synopsis/proposal is Monday, May 14, 2018, at 12:00pm, Pacific Standard Time. Only written responses will be accepted. Offerors shall provide an original and two (2) hard copies of their offeror. In addition, an electronic copy of the offer shall be provided via email to jose.munoz@ice.dhs.gov. The font shall be no smaller than 12 point. Offerors shall use one of the following methods for delivering offeror: Government Preference in submission of offeror: 1)Email to jose.munoz@ice.dhs.gov. 2)By mail to: Department of Homeland Security (DHS) Immigrations and Customs Enforcement (ICE) Office of Acquisition Management, 24000 Avila Road, Room 3104 Laguna Niguel, CA 92677 ATTN: Jose Munoz Proposals received after the due date and time will not be considered. For purposes of determining the timeliness of receipt of proposal, the hard copy submission of the offer will take precedence over the receipt time for the electronic proposal. All responsible sources must be SAM registered at the time proposal submission. Oral communications are not acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/70CDCR18R00000004/listing.html)
 
Place of Performance
Address: Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO), Operations Office, 880 Front Street, Room B-247, San Diego, California, 92101, United States
Zip Code: 92101
 
Record
SN04903523-W 20180429/180427230333-f0c3d97545b8177606b9bed3fbd3c129 (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.