Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2003 FBO #0560
SOLICITATION NOTICE

99 -- Grocery Store

Notice Date
6/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, DC, 20525
 
ZIP Code
20525
 
Solicitation Number
HQLJR0303
 
Response Due
6/30/2003
 
Archive Date
7/15/2003
 
Point of Contact
Lionel Johnson, Purchasing Agent, Phone 202-606-5000, x288, Fax 202-565-2804, - Lionel Johnson, Purchasing Agent, Phone 202-606-5000, x288, Fax 202-565-2804,
 
E-Mail Address
LJohnson@cns.gov, LJohnson@cns.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HQLJR0303 and is issued as a request for a quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. The provisions at 52.212.1, Instructions to Offerors—Commercial, apply to this acquisition. The provisions at 52.212-2, Evaluation-Commercial Items, apply to this acquisition. This is a best value procurement and evaluation of offers will be based on 1) past contract performance, 2) the nature and variety of food offered, and 3) pricing. Pricing will be evaluated on best value to the government for the total base price and all option periods. The associated NAICS code is 445110 and the small business size standard is $23,000,000.00. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items with its offer References must be included with your offer. The clause 52.212-4, Contract Terms and Conditions—Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items applies to this acquisition. The following clauses listed in 52.212-5 (b) and (c) are included by reference: 52.222-21; 52.222-22; 52.222-23; 52.222-41; 52.225-3; and 52.232-34. The Corporation for National and Community Service (Corporation), is searching for grocery stores to provide food, food preparation items and household products to support the Northeast Regional Campus of its residential program, the National Civilian Community Corps (NCCC). The campus site is located in Perry Point, MD 21902. All potential vendors must have stores within a 20 minute or less vehicle commute time and/or no more than 15 miles from the campus site. Stores must be willing to accept a Federal Government Blanket Purchase Agreement, at a minimum of $25,000; the maximum would be $188,000 per year. Staff of up to 36 will shop for a total of 207 people spending approximately $7,245.00 per week. Trips will usually be once a week but could be more if items need to be replenished. Store hours operation at a minimum should be seven days a week with hours of 6:00 AM to 9:00 PM on weekdays and 8:00 AM to 6:00 PM on weekends. Stores must be able to provide amble supplies and a variety of food items to include some combinations of the following: canned and frozen vegetables, fruits, soups, stews, fresh meats, including beef, pork, poultry, fish, dried food items including grains, rice, pasta, breads, cereals, snack foods, diary products including milk, butter, cheese, ice cream and other food items that would represent a variety of choices for all food groups. Household cleaning and support items include kitchen cleaning products, paper products, and other items determined as needed. The period of performance will consist of a base year and two option years. The base year will be from October 1, 2003 to September 30, 2004. Option Year 1: October 1, 2004 to September 30, 2005; and, Option Year 2: October 1, 2005 to September 30, 2006. The Corporation’s intent to renew will be sent 60 days prior to end of the performance period. Submit all proposals to the attention of the above Contracting Officer. Responses to this RFQ are due at the above office by COB June 30, 2003. All proposals must be submitted in writing, signed by a person authorized to negotiate on behalf of the proposer with the Government and sent to the address in this announcement. Any questions may be directed to Lionel Johnson on (202) 606-5000 ext. 288.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/CNS/CFO/WashingtonDC/HQLJR0303/listing.html)
 
Place of Performance
Address: within a 20 minute or less vehicle commute
 
Record
SN00344281-F 20030612/030611071228 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.