United States - DAIRY DELIVER - Red Rock Day School

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
13 June 2019
Opportunity publication date
07 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 06, 2019 12:38 pm

The Bureau of Indian Affairs (BIA) is soliciting offers to procure Dairy Products BIE, RED ROCK DAY SCHOOL, PO Drawer 2007, Navajo Route 13, Red Valley, AZ 86544. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. This acquisition is open to all Business sizes. In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is 311511-Fluid Milk Manufacturing.

IMPORTANT: All interested vendors shall have familiarity of the school locations to allow the vendors to function independently without the assistance of an initial escort and the ability to work with local school administrator successfully.

DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to deliver Dairy Products weekly from July 1, 2019 through June 30, 2020 to BIE, RED ROCK DAY SCHOOL, PO Drawer 2007, Navajo Route 13, Red Valley, AZ 86544. All Orders shall be made by authorized Government personnel only and in accordance with FAR Clause 52.232-18, Availability of Funds (April 1984).

SPECIAL REQUIREMENT: CONTRACTORS REFRIGERATION DELIVERY TRUCK TEMPERATURE SHALL BE BETWEEN 35 DEGREE TO 40 DEGREES TO OBTAIN THE MAXIMUM LIFE OF THE DAIRY PRODUCTS. THE SUCCESSFUL PROCESSOR'S DELIVERY TRUCK MUST HAVE A TEMPERATURE LOG WHEN TRANSPORTING REFRIGERATED PRODUCTS. IF THE TEMPERATURE LOG IS NOT COMPUTERIZED AND AUTOMATICALLY RECORDING TEMPERATURES DURING THE ROUTE, THE DRIVER MUST RECORD AT THE BEGINNING OF THE ROUTE, AT LEAST TWO (2) ADDTIIONAL STOPS DURING THE ROUTE AND AT THE LAST STOP OF THE ROUTE. THE CONTRACTING OFFICER OR SCHOOL REPRESENTATIVE MAY REQUEST FOR A COPY OF THE SPECIFIC DELIVERY ROUTE'S TEMPERATURE LOG IF AN ISSUE OCCURS.

THE DELIVERY TRUCKS MUST BE CLEAN, SANITARY AND FREE FROM DIRT AND DEBRIS. THE SCHOOL MAY REFUSE A DELIVERY IF THE TRUCK IS NOT CLEAN AND SANITARY DAIRY PRODUCTS. THE PRODUCTS DELIVERED SHALL BE FRESH AT THE TIME OF DELIVERY AND SHALL BE INSPECTED AND ACCEPTED BY THE GOVERNMENT STAFF AND NOTATION OF ANY DAMAGED ITEMS. CONTRACTOR SHALL REPLACE ALL DAMAGED ITEMS AT NO ADDITIONAL COST TO THE GOVERNMENT. DELIVERIES SHALL BE MADE UPON REQUESTED WEEKLY BY THE AUTHORIZED INDIVIDUALS, AND INVOICED WEEKLY.

Milk delivery performance period is from July 1, 2019 through June 30, 2020 as follows:

RED ROCK DAY SCHOOL

PO Drawer 2007

Navajo Route 13

Red Valley, AZ 86544

TELEPHONE: 505 960-6922

Milk/Dairy Products:

(1) Milk 2% 5HP 50/CS, 500 cases X $________ = $________

(2) Milk, 1% 1/2 pint HP, 50/CS, 400 cases X $________ = $________

(3) Milk, skim, 1/2 pint, HP 50/CS, 300 cases X $________ = $________

(4) TOMM skim chocolate HP 50/CS, 50 cases X $________ = $________

(5) Lactos 100% 2% ESP PP, 12/8oz, 40 cases X $________ = $________

TOTAL $_______________

Award will be made to the lowest priced offeror, whose quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. This requirement is a Firm Fixed Price Contract.

EVALUATION CRITERIA: Lowest Price, Technically Acceptable (LPTA) in accordance with FAR 15.101-2, award will be made to the offeror whose price is lowest among all proposals that were deemed to be technically acceptable.

FACTOR 1 - PROJECT APPROACH:

Provide a description of how your firm proposes to accomplish the services solicited, including any creative or cost effective approaches to product delivery.

Subfactor 1 - Business Processes: 1. What circumstances would warrant a refund or credit? 2. Explain how refunds and credits appear in your billing system. 3. Are there any conditions when you would not honor a return or replacement request? Explain your answer. 4. List contact personnel names and phone number of all key personnel as well as the primary responsibility of each contact.

Subfactor 2 - Order Processes: 1. What is your firm's current order taking capabilities? 2. Please submit order placement and tracking procedures.

Subfactor 3 - Delivery: 1. Does your firm have the ability to respond to the School's need for immediate delivery when needed on occasion? 2. Explain in detail your firm¿s process and associated lead times for the ¿incremental continued just-in time: deliveries throughout the school year of the End Product.

FACTOR 2 - PAST PERFORMANCE: Provide a description of the special experience, capabilities, and technical resources that can be contributed to this contract by the submitting firm. A minimum of 3 references should be provided on similar projects/contracts as described in this RFP. Please verify contact information prior to submission (especially the phone number and Email). Failure to verify contact information may result in a significant reduction in your firm's reference scoring if we are unable to contact the reference firm.

Please include the following valid information for each referenced project:

Company Name:

Contact Name:

Address:

City:

State:

Zip:

Telephone Number:

E-mail Address:

EVALUATION STANDARDS: LPTA Factors will be evaluated whether it is acceptable or unacceptable as defined below. Each proposal will be evaluated against the SOW and the stated evaluation criteria. Each proposal is evaluated using the same standards. Make a determination as to acceptability and unacceptability on each category for each proposal received.

Even if one of the evaluator's views the offeror¿s approach on one evaluation factor as unacceptable, the OVERALL determination for that factor may still be acceptable. However, if an evaluation factor received an unacceptable in the overall rating, the entire proposal then becomes unacceptable.

Acceptable: All of the minimum acceptable criteria are clearly met by the proposal. The Offeror's proposal meets the performance and technical capability requirements defined in the SOW. NOTE: Once the proposals have been determined to technical acceptable, award will be based on cost only.

Unacceptable: Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposal fails to meet specified minimum performance and technical capability requirements defined in the SOW.

CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984). Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation:

Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: None.

The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items (completed 52.212-3) required to be considered for award. The RFQ is to be submitted to Karen Cooper by email at karen.cooper@bia.gov. Any further questions regarding this announcement may be directed to Karen Cooper, Contract Specialist, via email.

All contractors submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov

Opportunity closing date
13 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Interior BIA - DAPM United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?