The RFP Database
New business relationships start here

20-lb Bagged Ice Delivered to the National Training Center, Fort Irwin, California


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation IAW FAR 12.603:
Solicitation #: W9124B-18-R-0017

Subject: 20-lb Bagged Ice Delivered to the National Training Center, Fort Irwin, California


Procurement Type: Combined Synopsis/Solicitation Notice


Mission and Installation Contracting Command (MICC) at Fort Irwin, CA intends to award a fixed price, requirements contract, for a base plus four one-year options for bagged ice. See description for details. Requirement will be issued as a Request for Quotation (RFQ) - W9124B-19-R-0017 from March 22, 2019 through April 24, 2019. MICC-Fort Irwin intends to award a contract to the offeror who demonstrates the capability of providing delivery of 20-lb bagged ice that meets the specifications and delivery schedule listed in the description. Upon completion of the base year, and completion of any subsequent follow‐on years, the Government will evaluate Contractor performance and determine whether to continue and exercise the next follow‐on year or resolicit the requirement. This RFP is issued as a total (100%) small‐business set‐aside. The associated NAICS code is 312113 Ice Manufacturing and PSC 8960 Beverages, Nonalcoholic.


Date Posted: March 22, 2019 - April 24, 2019
NAICS: 312113 Ice Manufacturing
PSC: 8960 Beverages, Nonalcoholic


Agency/Office: Mission and Installation Contracting Command at Fort Irwin, CA
Contracting Office Address:
505 Langford Lake Road, Fort Irwin, CA 92310
Points of Contact:
Crystal Provencher, Contract Specialist, crystal.l.provencher.civ@mail.mil; (760) 380-77942
Marie Velez, Contracting Officer, marie.g.velez2.civ@mail.mil; (760) 380-4450


Location for Delivery:
Subsistence Supply Management Office (SSMO), BLD 882 Fort Irwin, California 92310


Proposed Solicitation Number: W9124B-18-R-0017
Closing Response Date: April 24, 2019



Line Items: One line item per year to deliver 20-lb bagged ice.
CLIN Structure:
CLIN Item Quantity Unit Price Extended Price
CLIN 0001 20-lb bagged ice 400,000
CLIN 1001 20-lb bagged ice 400,000
CLIN 2001 20-lb bagged ice 400,000
CLIN 3001 20-lb bagged ice 400,000
CLIN 4001 20-lb bagged ice 400,000


Description:
This contract will be to deliver bagged ice, in 20-lb bags, to Fort Irwin, CA. Actual quantity will be on an as needed basis through Delivery Orders, with a minimum quantity of 400,000 bags per year and a maximum quantity of 500,000 bags per year. Ice must be within normal business/state health standards for potablity for the manufacture of ice. Deliveries shall be based upon oral or written requests by authorized individuals only. Delivery of ice shall be to the Subsistence Supply Management Office (SSMO), BLD 882 Fort Irwin, California 92310. Deliveries of ice must be available with a minimum of 24 hour notice. Deliveries must be between the hours of 8:15 am and 2:00 pm. Deliveries may be requested to be delivered on any day of the week to include Saturday and Sunday. Monthly partial payments are authorized based upon actual quantity of ice delivered. Government will not guarantee, but will attempt to return pallets. Government will not be held liable for the destruction of or failure to return any pallets provided by the Contractor in the performance of this requirement. If for any reason, the Contractor fails to provide ordered quantities of ice as specified, or should an emergency require the supply of ice beyond the capability of the Contractor, the Government may, if the Contracting Officer determines that the mission at Fort Irwin is endangered, perform or supplement performance of such contract procuring ice from other sources. Such performance shall not constitute a breach of contract by the Government nor a termination for convenience within the meaning of the Federal Acquisition Regulation. The Subsistence Supply Management Office shall provide the Contracting Officer with a monthly report of all deliveries of ice, by the 5th day of the month. Invoicing will be submitted in Wide Area Workflow (WAWF) within 5 working days.
FOB: Destination
COLOR: Clear


Quantity:
Minimum quantity: 400,000 bags of ice per year.
Maximum quantity: 500,000 bags of ice per year.


Unit of Issue:
Ice cubes in 20-lb bags


Destination information:
Delivered to the Subsistence Supply Management Office (SSMO), BLD 882, Fort Irwin, California 92310.


Delivery schedule:
Deliveries of ice must be available with a minimum of 24 hour notice. Deliveries must be between the hours of 8:15 am and 2:00 pm. Deliveries may be requested to be delivered on any day of the week to include Saturday and Sunday.


Duration of the contract period:
Base Year: June 1, 2019 - May 31, 2020
Option Year 1: June 1, 2020 - May 31, 2021
Option Year 2: June 1, 2021 - May 31, 2022
Option Year 3: June 1, 2022 - May 31, 2023
Option Year 4: June 1, 2023 - May 31, 2024


The contract will be awarded based on written quotation to the solicitation.
Anticipated award date: May 1, 2019
Place of Contract Performance: Fort Irwin, CA 92310
Set-Aside Status: 100% Small Business Set-Aside



Buy Terms



Offer Period
Bid MUST be good for 30 calendar days after close of Buy.


Shipping Condition
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.


SAM Requirement
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.


Commercial Items Terms and Conditions
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225- 13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.


Wide Area Workflow
In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL.


ORCA
Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov


FAR 52.209-5 - PART 1
Certification Regarding Responsibility Matters (Apr 2010) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.


FAR 52.209-5 - PART 2
(2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.


FAR 52.209-5 - PART 3
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror non-responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.


 


 


Crystal L. Provencher, Contract Specialist, Phone 7603807943, Email crystal.l.provencher.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP