Arizona Bids > Bid Detail

Tucson Sector Detainee Snack Food

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159215322161842
Posted Date: Apr 26, 2023
Due Date: May 8, 2023
Solicitation No: 20136790
Source: https://sam.gov/opp/29e02cc765...
Follow
Tucson Sector Detainee Snack Food
Active
Contract Opportunity
Notice ID
20136790
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US CUSTOMS AND BORDER PROTECTION
Office
BORDER ENFORCEMENT CONTRACTING DIVISION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 26, 2023 02:14 pm PDT
  • Original Date Offers Due: May 08, 2023 10:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8940 - SPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONS
  • NAICS Code:
    • 311991 - Perishable Prepared Food Manufacturing
  • Place of Performance:
    Tucson , AZ 85711
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 20136790 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses (including Attachment Two to the solicitation) are those in effect through Federal Acquisition Circular 2023-02. The associated NAICS code for this procurement is 311991 – (Perishable Prepared Food Manufacturing) with a small business size standard of 500 Employees. This requirement is a Small Business set-aside, all qualified bidders may submit quotes.





The U.S. Customs and Border Protection (CBP), United States Border Patrol (USBP) Tucson Sector has a requirement for a bulk Snack Food purchase for immigrant use. The requirement is to have pre-packaged snacks delivery to the locations listed in paragraph 6.6 for distribution as needed. The contractor shall provide all labor, tools, parts, material, equipment, transportation, and incidentals necessary to deliver, set up, and make ready sufficient trash containers in the sizes and types required. Supplies are required at the USBP locations identified in the attached Statement of Work.





The deadline for receipt of proposals for this requirement is: Monday, May 8, 2023 at 10:00 AM Pacific Daylight Time (PDT).





Proposal submissions must be submitted only by email to Contract Specialist Christopher Shaw at: christopher.j.shaw@cbp.dhs.gov Subject line of the email should read: 20136790 Quotation Submission: USBP Tucson Detainee Snack Food All proposal pricing must be valid for up to 60 calendar days after close of the solicitation.





Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted directly to the proposal submission point of contact as indicated above. Questions not received by the question submission deadline of: Tuesday, May 2, 2023 at 10:00 AM PDT may not be considered.





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 (See Attachment Two to the solicitation for further clause and provision detail applicable to this acquisition)





In addition to submitting the required proposal pricing sheet (Attachment Four) for this solicitation, each Offeror must provide any relevant NON-PRICING responses (e.g. technical proposal, product specifications, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. A bidder must submit sufficient information for a technical evaluation to be made by the Government to determine if the offeror's proposal meets the minimum requirements of the SOW. The Contracting Officer is not responsible for acquiring any additional information. If description/technical data/specifications are not sufficient to make a technical acceptance decision, the bid may be determined technically unacceptable.





Emailed submissions must be in separate attachments and clearly indicate what is being provided. The following criteria must be followed when submitting proposal attachments:






  1. No more than five (5) single-sided pages total for Evaluation Factor One. (TECHNICAL AND MANAGEMENT APPROACH)






  1. No more than five (5) single-sided pages total for Evaluation Factor Two. (PAST PERFORMANCE)





Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation.





The Government intends to award a firm fixed price purchase order.





Award Criteria:





Quotes that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any quote that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed.





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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The quote with the lowest evaluated price will be evaluated for technical acceptability. Only if that quote is found to be technically unacceptable will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote is found. The following factors shall be used to evaluate technical acceptability of the lowest priced offeror:





1. TECHNICAL AND MANAGEMENT APPROACH (non-price)



The Offeror must meet the requirements of the Statement of Work (SOW).





2. PAST PERFORMANCE (non-price)



Offerors will be evaluated on their recent (within the past 3 years) performance of relevant requirements as described in the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. An Offeror may also provide information on problems encountered on the identified projects and the offer’s corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror’s past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available.





3. PRICE



A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action.





(a) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to award without discussions with Offerors.





(End of provision)





List of Attachments to Solicitation Number 20136790:




  1. Statement of Work (SOW)

  2. Solicitation Clauses and Provisions

  3. Pricing Sheet


Attachments/Links
Contact Information
Contracting Office Address
  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 26, 2023 02:14 pm PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >