Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

89 -- Natural Beef Products for the Defense Commissary Agency's West and East Regions

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
311611 — Animal (except Poultry) Slaughtering
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (PSMC) (HDEC02), Building P11200 1300 E Avenue, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC02-07-R-0005
 
Response Due
7/9/2007
 
Small Business Set-Aside
Partial Small Business
 
Description
The contractor is to furnish case ready (i.e. retail/consumer ready) natural beef products for resale in the Defense Commissary Agency commissaries located throughout the Continental United States (CONUS), Alaska, and Hawaii. For the purpose of this solicitation, the 168 commissaries in DeCA's West and East Regions will be geographically grouped into five groups. Group 1 will include 12 commissaries located in the following states: AK, ID, MT, and WA. Group 2 will include 31 commissaries located in the following states: AZ, CA HI, NV, and UT. Group 3 will include 42 commissaries located in the following states: CO, KS, IL, IN, KY, OK, MI, MO, ND, NE, NM, OH, SD, TX, and WY. Group 4 will include commissaries located in the following states: CT, DC, DE, MA, MD, ME, NC, NJ, NH, NY, PA, RI, and VA. Group 5 will include commissaries located in the following states: AL, AR, FL, GA, LA, MS, SC, and TN. For a complete listing of stores within these states, go to www.commissaries.com. The stores within each group will be specified in the solicitation. The estimated annual tonnage of the core/mandatory natural beef products by group are as follows: Group 1 - 322,192 pounds; Group 2 - 767,364 pounds; Group 3 - 970,808 pounds; Group 4 - 994,484 pounds; and Group 5 - 772,824 pounds. The contractor is responsible for the delivery of case ready natural beef to each commissary location within the proposed group(s), including the transshipment and direct store delivery to the locations in Alaska and Hawaii. Stores that have been identified as a location supported by another store are excluded from the direct store delivery requirement. The delivery schedule will provide the required delivery day and timeframe for each location that will require direct store delivery. The order lead-time (i.e. time from order placement to the receipt of product at the store) is 7 days for CONUS locations and 14 days for stores located in Alaska and Hawaii. A single solicitation containing the 5 geographical groupings will be issued. An offeror may submit a proposal on one or more than one group. The Government will award one or more contract(s) resulting from this solicitation based on evaluation using the best value, trade-off procedures. An Indefinite-Delivery Requirements Type contract with Firm Fixed Price Special Factors that adjust the unit prices weekly based on the Weekly National Carlot Meat Report (except for the two line items that will have a Firm-Fixed Unit Price). The base period of performance shall commence approximately 30 days after notification of contract award (or a date specified by the Contracting Officer) for 24 consecutive months plus three 12-month option periods. The SIC code is 2011 and the NAICS code is 311611 for this requirement, which has a size standard of 500 employees. Groups 1 and 2 will be solicited on an UNRESTRICTED basis to promote and provide for full and open competition. All offers submitted by a large business concern for Groups 1 and/or 2 must contain a Small Business Subcontracting Plan. Groups 3, 4 and 5 will be solicited as a 100%, SMALL BUSINESS SET-ASIDE. Proposals submitted by large business concerns and/or proposals that provide product of a large business manufacturer will not be considered for Groups 3, 4, and 5. The Request for Proposal will be released on or about July 9, 2007 with an anticipated closing date approximately 30 days after the release. Teaming arrangements are authorized in accordance with solicitation requirements. Small businesses interested in submitting a proposal package may seek assistance from your local Procurement Technical Assistance Center (PTAC) or the Small Business Administration (SBA). Information on finding your local PTAC office may be located at http://www.dla.mil/db/procurem.htm. Questions or inquiries will be accepted by facsimile or email and must contain the following information: solicitation number, requestor's name and address, telephone number, and E-mail address. The facsimile number is (804) 734-8090, E-mail address: jennifer.lagrange@deca.mil. Any requests for business information not posted should be requested under Freedom of Information Act (FOIA) guidance. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the Central Contractor Registration (CCR) database prior to award of any contract resulting from this solicitation. Further information about CCR registration may be found on the Internet at https://www.ccr.gov. In addition, offerors shall complete the On-line Representations and Certifications Application (ORCA) at http://orca.bpn.gov. All responsible sources may submit a proposal, which will be considered by the above stated agency.
 
Place of Performance
Address: DeCA's commissaries located in CONUS, Alaska, and Hawaii
Zip Code: 23801-1800
Country: UNITED STATES
 
Record
SN01300792-W 20070524/070522222007 (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  © 1994-2020, Loren Data Corp.