Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2007 FBO #1973
SOLICITATION NOTICE

89 -- Prime Vendor subsistence contract for the Pennsylvania National Guard. Base year and four option years. Statement of work included. E-mail Cynthia Whitman at cynthia.whitman@pa.ngb.army.mil to request PAARNG 14-day menu.

Notice Date
4/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W912KC07-R-7089
 
Response Due
6/1/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
Total HUB-Zone
 
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. This is a Request for Proposal under solicitation number W912KC-07-R-7089. The synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-05-16. Set-aside for HUB-Zone. There will be five line items. Line item 0001-Base year price to include item pricing from 14-day menu plan. Line item 0002-Option #0001 with same pricing process but with inflation included if needed. Line item 0003-Option #0002 with same pricing process plus inflation if needed. Line item 0004-option #0003 with same pricing process with inflation if needed. Line item 0005-option #0004 with same pricing process with inflation if needed. STATEMENT OF WORK PRIME VE NDOR FOR RATIONS FOR THE USPFO FOR PA I. Background-Fort Indiantown Gap is the State Headquarters of the Pennsylvania Army and Air National Guard supporting over 140 National Guard units within Pennsylvania. The Prime Vendor is a provider/seller of food products, paper and cleaning supplies for dining facility purposes for the National Guard units within Pennsylvania. II. Period of Performance- The period of performance will be from 01 Jul 07 to 30 Sep 07, heretofore referred to as the base period. Thi s contract also includes four (4) option periods. (Option periods are equal to twelve (12) months according to the Government fiscal years), which may be unilaterally exercised by the Government. All terms and conditions applicable to the base period will extend to the option years unless otherwise agreed upon. Award is limited to $5.5 million for base year and option years combined and is subject to the availability of funds. III. Objectives- Provide sufficient space to store dry goods, fresh and frozen food items. The vendor will provide a cost estimate for meals delivered to unit armories and a cost estimate for meals picked up at FIG. The vendor will adapt to the PAARNG 14 Day Menu by using Brand Named food items. The vendor will be required to adapt a nd respond to emergency situations for unspecified requirements. The vendor will utilize the USPFO web based computer Automated Ration Program to view all ration requests from PAARNG units. After reviewing each ration request the Vendor will print a copy o f request and take the necessary steps to fill the request. The vendor will either deliver rations to unit armories or prepare rations for pick up at a specified location. In no instance will the vendor be required to deliver any rations to a field locatio n within the confines of FIG. The vendor will coordinate with the USPFO-PA (s/s section) for alternate menu items which will enhance Food Service Operations. Conduct yearly meeting to allow for evaluation of services and changes to the PAARNG 14 day menu, in addition to conducting annual food fairs featuring new product items. All subsistence (rations) shall meet health/sanitation standards required by USDA and the Department of Health. Additionally, the requirements of Army Regulation (AR 30-22 The Army F ood Program) are more stringent and therefore supersede all requirements of the named departments. Items not meeting the standards shall be replaced within a reasonable amount of time (not to exceed 24 hours), which at a minimum allow the item to be prope rly prepared in time for the appropriate meal. Replacement will be at no cost to the Government. A Government representative will be responsible to inspect all items upon delivery. Any damaged, spoiled or missing items will be replaced, as above, by the ve ndor at no cost to the Government. The vendors delivery personnel may obtain these items from a subcontractor (local grocery store). The vendors delivery pers onnel are considered the Contractors Representative. No subcontractor will be permitted to make deliveries to the units. The vendor will be required to split cases predicated on items required by the contract or blanket purchase agreement. Amounts ordered shall be rounded up to the nearest measure (pound, package, ounce and etc.), for the convenience of the vendor. All food and beverage products must be identified with readable dates, such as use by, date of production, date of processing/pasteurization, s ell by date or pick up date. Dairy products shall have at least 50% shelf life remaining and at a minimum: milk products delivered within 72 hours after pasteurization; sour cream delivered within 7 days after pasteurization; all cheeses must have 50% shel f life remaining and butter must be delivered within 30 days after pasteurization. Fresh fruits and vegetables shall be free from decay, well colored and possess characteristics normally associated with U.S. No. 1 quality or better. All meat and poultry it ems shall meet the minimum requirements of AR 30-22 (ground beef shall be no less than 81% lean, 19% fat). Beef, veal, lamb and pork products shall be packaged in a vacuum process or individually wrapped in plastic food wrapping. All packaging shall be in accordance with good commercial practice. Labeling shall be in accordance with commercial labeling requirements complying with the Federal Food, Drug and Cosmetic Act and regulations promulgated there under. Items requiring protection from heat shall be sh ipped and stored in temperature below 70 degrees fahrenheit. Items requiring chilled conditions shall be shipped and stored under refrigeration of 32-40 degrees fahrenheit. To assure that the receiving unit may properly handle and store items, standard com mercial precautionary markings, such as, KEEP FROZEN, KEEP REFRIGERATED, etc., shall be used on the shipping box when appropriate. An itemized list shall be delivered with each shipment listing: date of order, itemized list of supplies, quantity ordered, q uantity delivered and unit of cost. The Vendor shall maintain a sanitary program which complies, at a minimum, with the Code of Federal Regulations (CFR), Title 21, part 110, to ensure sanitation and warehousing practices for food are monitored and evaluat ed in accordance with accepted industry standards. Records of sanitary inspections, made by the vendor, will be made available to the Contracting Officer upon request. If required, the prime vendor shall allow Government inspectors on site to inspect deliv ery trucks, buildings and records. The vendor will maintain a stored products pest management program that assures pest management practices for food and other co-located non-food items are monitored and evaluated in accordance with accepted industry stand ards. These standards shall include, but are not limited to (21 CFR part 110- Good Manufacturing Practices), the Federal Insecticide, Fungicide and Rodenticide Act (as amended) and pertinent State and local laws and regulations. It is recognized that fresh fruits, vegetables and other produce during certain seasons of the year are in critical short supply. When sufficient quantities of fresh food stuffs, as required, are not available from throughout the United States or from other than domestic sources, th e aforementioned products are excluded from the Buy American/Defense Appropriations Act and are authorized to be of foreign origin. IV. Warehousing and Distribution Services- The Commonwealth of Pennsylvania, at (FIG), owns a modern Troop Issue Subsistenc e Activity (TISA) warehouse. The facility has a total of 49,500 square feet (sf), which includes dry good (16,800 sf), refrigeration (9,100 sf), freezer (7,200 sf), storage area and office space (16,400 sf). This facility will be available for lease/rent t o the contractor awarded this contract to support its operation at FIG and other business related activities associated with storage of perishable and semi-peri shable food commodities. The lease/rent of this building is not a requirement of this contracting action; however, if the Prime Vendor Subsistence Contractor leases the TISA, the contractor shall operate under a SUPPLY POINT DISTRIBUTION SYSTEM (units may pick up rations). If the contractor DOES NOT lease the TISA, he/she shall operate under a UNIT POINT TAILGATE DISTRIBUTION SYSTEM. The Prime Vendor Subsistence Contractor has the first refusal for the lease of the TISA. If the Prime Vendor Subsistence Con tractor does not lease the entire facility, the State Armory Board reserves the right to lease the remaining storage space to additional contractors. The rental charge of this building will be reevaluated each fiscal year (FY). The approximate yearly perso nnel for weekend training on FIG are 137,500 and annual training is 20,500. The current Prime Vendor supports 250 units per year. Peak periods for weekend training are Friday, Saturday and Sunday. Five (5) meals per soldier. September, October, November, M arch, April and May. Generally, the months of December, January and February are slow months. Peak periods for Annual Training (AT) (15-21 continuous days; 43-64 meals per soldier) are May through August. There is one full-time dining facility at FIG and o perated by a private contractor. The sale of subsistence may be arranged between both the dining facility contractor and the Prime Vendor subsistence contractor if both agree with the specific terms provided in this contract. This is in no way related to t his contracting action and is not a requirement of this contract. The Government has no decision in and/or over this matter. Delivery of subsistence will follow a standard delivery schedule: Monday  rations for Tuesday and Wednesday. Wednesday- rations f or Thursday and Friday. Friday- rations for Saturday, Sunday and Monday. V. Payment for Supplies and Commodities- The Vendor will submit one invoice per month. Invoices received from the vendor for rations delivered to PAARNG units will be paid through th e USPFO-PA. The summary invoice will be submitted at least monthly or upon expiration of this contract or the Blanket Purchase Agreement (BPA), whichever occurs first, for all deliveries made during a billing period. The invoices will identify the delivery tickets covered therein, stating their dollar value. Other organizations obtaining services from the vendor will be responsible to coordinate directly with the vendor (e.g. United States Army Reserve (USAR) units, Air National Guard units and units from o ther States. Organizations training at FIG will be afforded these contract rates. The vendor will be required to have the ability to accept the Government Visa International Merchants Purchase Authorization Card (GPC) for payment. Under this system, the ve ndor will receive payment for items and services using the credit card system. The Government is only obligated to the extent of authorized purchases actually made under the contract or BPA. The dollar limitation for each individual call under the BPA shal l not exceed $250,000.00. The Contracting Officer will furnish a list of individuals by name, organization component and the dollar limitation per purchase under the contract or BPA. VI. Program Management- The vendor will provide a Program Manager (PM) wh o will provide day to day management and function as the single point of contact for the performance of this contract. The vendor shall provide a single point of contact (1-800- number) for the Government, with direct communications (no electronic answerin g devices) Monday through Friday during normal working hours (7:30 am thru 4:30 pm Eastern Standard Time). This point of contact will provide same day responses to Government inquiries service as required. VII. Pricing Quote -Cost quote shall be based on a 3 month base period of performance, and include 4 additional 12 month option periods, and a cumulative price summary. The following information MUST BE PROVIDE D with your cost quote submission: Tax identification number (TIN) Dun & Bradstreet number (DUNS) Complete Business Mailing Address, Contact Name, Phone number, Fax number and E-mail address, Completed Annual Representations and Certifications per FAR 52.2 04-8 and Proof of Central Contractor Registration. VIII. Evaluation- Each offerors submission is evaluated according to the factors shown below. Factors and Sub-factors listed under A, B and C will be treated equally to award to the offeror with the best value to the Government. A. Technical Approach (1) Understanding of the work, including creativity and thoroughness shown in understanding the objectives of the SOW and specific tasks. (2) Ability to address anticipated potential problem areas. Creativity and feasibility of solutions to problems and future integration of new processes and technology enhancements. (3) Degree to which the offerors submission demonstrates an understanding of logistics, schedule and any other issues the Government sh ould be aware of. B. Past Performance (1) The organizations history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget. (2) The organizations specific pa st performance on prior similar efforts specified within this SOW. C. Cost. IX. Contract Award- Contract award shall be made to the responsible offeror whose offer, in conforming to this Combined Synopsis/Solicitation, provides an overall best value to t he Government, technical evaluation factors, past performance and cost considered. The Governments objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Between p roposals/offers that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful offeror. Contract award will be a Blanket Purchase Agreement (BPA). X. Responsible Organization/Individuals- There are va rious responsible individuals and organizations pertinent to the success of this Prime Vendor contract. A key to success of this program is efficient information and deliverable flow among the responsible participants. a)USPFO for PA The USPFO will appoint a Contracting Officer who will be sole Government point of contact for contractual matters. b)USPFO for PA and Contracting Officers Technical representative(s) (COTR). The USPFO will appoint a COTR/Program Manager for the oversight of PRIME VENDOR matter s. The COTR will be the sole Federal Government Point of Contact for technical issues regarding the contractors work. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following is listed as supplemental data to this provision FAR 52.212-1, Instructions of Offerors incorporated herein by reference. Proposals shall include the following: 1. Price list. 2. Past performance information/references. 3. Description of understanding and adapting to PAARNG 14-day menu and components. 4. Description of knowledge of food, paper and cleaning products used in the PAARNG 14-day menu. 5. Evidence of how to meet required time frames in contract. 6. Representations and Certifications. 7. OSHA requirements. Evaluation will be b ased on three factors. Technical approach, past performance and cost. Contract award will be made to the responsible offeror whose offer, in conforming to this combined synopsis/solicitation, provides an overall best value to the Government. Offerors must include a completed copy of the provision at 52.212-3-Offeror Representations and Certifications-Commercial items with your offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial items applies to this acquisition. The clause at 52.212-5, C ontract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Offers are due at 2:00 PM on 01 J une 2007 in room 242 of The Department of Military and Veterans Affairs, Fort Indiantown Gap, Annville, PA 17003. Attn: Cynthia Whitman. Offerors should e-mail Cynthia Whitman for 14-day PAARNG menu at cynthia.whitman@pa.ngb.army.mil. Telephone number (717 ) 861-8710. ASFI Homepage | ASFI FAQ Page | Forgot your user ID/password? FedBizOpps Posting Guide (.doc) | Email the ASFI Team his 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 be ing requested and a written solicitation will not be issued.
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
Country: US
 
Record
SN01278062-W 20070422/070420221147 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.