The RFP Database
New business relationships start here

FPC Duluth 3rd Qrt Dairy Requirement


Minnesota, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (https://www.fbo.gov/) only. The RFQ number is RFQP04021600004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The NAICS code 311511 is and the Small Business Standard is 500 employees. This is a competitive unrestricted action to small and large businesses. Bureau of Prisons, Federal Prison Camp in Duluth, Minnesota, Contracting Office requests responses from qualified sources capable of providing:
MILK, NONFAT/SKIM/FAT FREE, 5 GAL. CONTAINER. CID A-A-20338, GROUP 1, TYPE D (APPROX. 47 CT) AND CHEESE, COTTAGE, LOW-FAT , LARGE OR SMALL CURD, CID A-A-20154, GROUP A OR B, SUBGROUP 1 OR 2, TYPE ii, CLASS1, STYLE A OR B (APPROX. 40 LB'S) DELIVERED WEEKLY EVERY THURSDAY DURING THE MONTHS OF APRIL, MAY AND JUNE OF 2016 (FY-2016). ALLOW FOR QUANTITY VARIANCE OF +/- 10% PER FAR 52.211-16 (b). THE INCREASE/DECREASE SHALL APPLY TO THE TOTAL CONTRACT QUANTITY.
Delivery is weekly; Delivery Location is FPC Duluth, 4464 Ralston Drive, Duluth, MN, 55811.
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:
52.212-1, Instructions to Offerors - Commercial Items;
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items - Offerors are to include a completed copy of the provision at 52.212-3;
52.212-4, Contract Terms and Conditions - Commercial Items;
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33 or 52.232-36.
Additional applicable FAR clauses: 52.223-11, 52.233-1, 52.242-15, 52.242-17, 52.246-1, 52.252-2, 52.252-6, 52.253-1, 52.247-34.
Representation Regarding Felony Conviction Under Any Federal Law or
Unpaid Delinquent Tax Liability (Deviation 2014-01) (November 2013)

(a) In accordance with sections 536 and 537 of the Commerce, Justice, Science, and Related
Agencies Appropriations Act, 2014 (Title II, Division B, Pub. L. 113-76), none of the funds
made available by that Act may be used to enter into a contract, memorandum of understanding,
or cooperative agreement with a corporation -


(I) convicted of a felony criminal violation under any Federal law within the
preceding 24 months, where the awarding agency is aware of the conviction, unless an agency
has considered suspension or debarment of the corporation and made a determination that this
further action is not necessary to protect the interests of the Government, or


(2) that has any unpaid Federal tax liability that has been assessed, for which all
judicial and administrative remedies have been exhausted or have lapsed, and that is not being
paid in a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability, where the awarding agency is aware of the unpaid tax liability,
unless an agency has considered suspension or debarment of the corporation and made a
determination that this further action is not necessary to protect the interests of the Government.


(b) The offeror represents that, as of the date of this offer-


(1) the offeror is []is not []a corporation convicted of a felony criminal violation
under any Federal or State law within the preceding 24 months; and,


(2) the offeror is [ ] is not [ ] a corporation that has any unpaid Federal or State tax
liability that has been assessed, for which all judicial and administrative remedies have been
exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement
with the authority responsible for collecting the tax liability.


(End of Provision)
This announcement will close at 2:00PM CST on 15 MARCH 2016. Contact Nicholas Roth who can be reached at 218-249-7322 or email nroth@bop.gov. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] All responsible sources may submit a quote which shall be considered by the agency.
To be awarded on an All or None basis.
One or more of the items under this acquisition is subject to Free Trade Agreements.
METHOD OF PROPOSAL SUBMISSION: Proposals may be mailed to Duluth FPC P.O. Box 1400, Duluth, MN 55814, or Emailed to: nroth@bop.gov.
Quoter's must have DUNS number and be registered in System for Acquisition Management. (https://www.sam.gov).


All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in CCR and/or if quoter accepts payment by Government Purchase Card.
Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date.
Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Governments requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements.


Nicholas R. Roth, Phone 2182497322, Email nroth@bop.gov - Brian Wendorff, Contract Specialist, Phone 320-245-6205, Email bwendorff@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP