COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type: Combined Synopsis/Solicitation
Solicitation Number: W912JC-24-Q-0011
Response Date: May 10,2024
Product Classification Code: W041 Lease or rental of equipment- refrigeration, air conditioning,
Set Aside: None; Unrestricted
NAICS Code: 312113 Ice Manufacturing
Contracting Office Address
USPFO for Kansas
2737 S Kansas Avenue
Topeka KS 66611
Description
This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation (W912JC-24-Q-0011) is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 dated February 23, 2024 and Defense Federal Acquisition Regulation (DFARS).
Notice of Set-aside
The associated North American Industrial Classification System (NAICS) code for this procurement is 312113 Ice Manufacturing, with a small business size standard of 750 employees. In accordance with the Federal Acquisition Regulation (FAR) Part 19.502-2(b), no small business set-aside used for this procurement.
The USPFO for Kansas intends to award a Firm Fixed Price contract.
Contracting Office:
USPFO for Kansas (W912JC)
2737 S Kansas Avenue
Topeka Kansas 66611
Government Points of Contact: Contracting Officer: Vernon L. Verschelden; vernon.l.verschelden.civ@army.mil and Contract Specialist: James D. Sparkes; james.d.sparkes.civ@army.mil
Inquiry regarding this solicitation Due: May 03,2024 05:00PMCST
Solicitation Closes: May 10,2022 05:00PMCST
Submit inquiries and solicitations to Contract Specialist: James D. Sparkes; james.d.sparkes.civ@army.mil
This is requirement is for ice and refrigerated truck delivery information provided below.
The Contractor shall provide services for potable ice, ice delivery and a refrigerated semi-trailer from 30 May – 22 June 2024. Requirements consist of the following: 14,400 – 28,800 pounds of potable ice delivered between 0900 – 1300HRS on the specified days listed below:
Delivery Address:
BLDG 1581 CAMP FUNSTON H AND 7TH ST
FT RILEY, KS 66442 USA
Delivery schedule:**
14,400 lbs. – 15 pallets – 30 May 2024
14,400 lbs. – 15 pallets – 04 Jun 2024
28,800 lbs. – 30 pallets – 06 Jun 2024
28,800 lbs. – 30 pallets – 11 Jun 2024
14,400 lbs. – 15 pallets – 13 Jun 2024 (optional)
14,400 lbs. – 15 pallets – 18 Jun 2024 (optional)
**Refrigerated Semi-trailer or frigerated mobile unit Rental (whichever is most cost effective, meets delivery and contractual requirements) – size of the trailer/unit utilized may change the delivery schedule. Any changes to Ice and/or refrigerator trailer/unit volume or delivery schedule must be agreed upon between the Contract Officer Representative (COR) and the contractors authorize representative.
Refrigerated Trailer/Unit 1- Refrigerated trailer containing minimum of 14,400 pounds of bagged and palletized ice (prefer 16- 20 lbs. bags) delivered 30 May 2024. Capable of maintaining freezing temperatures to preserve the ice. Trailer is to be left onsite to be swapped out with another Refrigerated trailer of the same standard as the first on scheduled date and/or date coordinated between the contractor and the Contract Officer Representative (COR). Once the trailer has been delivered onsite the government is responsible for the power generation to support the refrigeration system on the trailer. The Contractor is responsible for the maintenance and service of the trailer’s refrigeration system. The contractor must provide immediate response (within one hour of notice) if refrigeration system breaks or malfunctions insuring the Ice or food contents are not spoiled or unserviceable.
Refrigerated Trailer/Unit 2- This Refrigerated Trailer/unit must meet the same standards as refrigerated Trailer/Unit 1. This trailer/unit is to be delivered 30 May 2024 and to be picked up 22 June 2024. This unit is to be delivered empty for field food storage. It is the governments preference the trailer/Unit be about 40’ long capable of storing about 15-20 Pallets of refrigerated food product.
Option to request additional Product/services: The government requests the ability to order additional ice and Refrigerated Trailer/unit services.
Option 1 - Refrigerated Semi-trailer/mobile unit rental extension, 1 additional refrigerated trailer/unit and Ice delivery/Swap on 13 Jun 2024. Must contain about 14,400 lbs of bagged and palletized ice. This Refrigerated Trailer/unit must meet the same standards as refrigerated Trailer/Unit 1.
Option 2 - Refrigerated Semi-trailer/mobile unit rental, extension of Option 1 for additional ice delivery form 18 June 2024 till final pick-up 22 June 2024. . Must contain about 14,400 lbs of bagged and palletized ice. This Refrigerated Trailer/unit must meet the same standards as refrigerated Trailer/Unit 1.
Movement of Contractor Equipment: At no time will the government move the Contractor equipment. If there is a requirement to move the equipment due to operational needs, the Contractor will be contacted by the KO/COR within 24hrs except weekends. Then equipment will be moved the next business day.
Demand volatility – The government request the option to return unused serviceable ice bags to the vendor for full financial credit.
Maintenance & Service: One hour service response time is required in the event of failure of the refrigeration system on the refrigerated trailer/unit. The vendor must be able to provide immediate remedy to the mechanical issue and/or provide replacement refrigerated trailer/unit. Immediate action is required to prevent damage or spoilage of ice and/or perishable food item essential for soldier well-being.
The following solicitation provisions apply to this acquisition:
52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023)
52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021)
52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (FEB 2023)
52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (FEB 2024)
Additional contract requirement(s)
Other applicable provisions and clauses incorporated by reference:
252.201-7000 Contracting Officer's Representative. (1991-12)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. (JAN 2023)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. (JAN 2023)
252.204-7024 Notice on the Use of the Supplier Performance Risk System. (MAR 2023)
252.223-7008 Prohibition of Hexavalent Chromium. 2023-01
252.225-7000 Buy American--Balance of Payments Program Certificate. (FEB 2024)
252.225-7001 Buy American and Balance of Payments Program. (FEB 2024)
252.225-7002 Qualifying Country Sources as Subcontractors. (MAR 2022)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime. (MAY 2022)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. (JAN 2023)
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (.JUN 2023)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. (JUN 2023)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (DEC 2018)
252.232-7010 Levies on Contract Payments. (DEC 2006)
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. (JAN 2023)
252.244-7000 Subcontracts for Commercial Products or Commercial Services. (NOV 2023)
52.201-1 Acquisition 360: Voluntary Survey. (SEP 2023)
52.204-13 System for Award Management Maintenance. (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting. (AUG 2020)
52.204-18 Commercial and Government Entity Code Maintenance. (AUG 2020)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021)
52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. (DEC 2023)
52.204-7 System for Award Management. (OCT 2018)
52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. (SEP 2023)
52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. (NOV 2023)
52.217-6 Option for increased Quantity (MAR 1989)
52.217-8 Option to Extend Services (NOV 1999)
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. (DEC 2016)
52.223-5 Pollution Prevention and Right-to-Know Information. (MAY 2011)
Not part of Defense Priorities and Allocation System (DPAS)
Inquiry regarding this solicitation Due: May 03,2024 05:00PMCST
Solicitation Closes: May 10,2022 05:00PMCST
Submit inquiries and solicitations to Contract Specialist: James D. Sparkes; james.d.sparkes.civ@army.mil