Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
MODIFICATION

89 -- Subsistence

Notice Date
5/7/2009
 
Notice Type
Modification
 
NAICS
424480 — Fresh Fruit and Vegetable Merchant Wholesalers
 
Contracting Office
Building P11200 1300 E Avenue Fort Lee VA 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
TR0520009Produce-Area5
 
Response Due
5/22/2009
 
Point of Contact
Trista P. Robinson, Contract Specialist, Phone (804) 734-8000 x48892, Fax (804) 734-8009 x78892, - Sarah A Saunders, Contract Specialist, Phone (804) 734-8000 x48899, Fax 804-734-8009 x78899
 
E-Mail Address
trista.robinson@deca.mil, sarah.saunders@deca.mil
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT PURPOSE: May 07 2009-To correct the primary point of contact from contract specialist Teresa Roberts to contract specialist Trista Robinson. Telephone number 804.734.8000, x48892 and Fax number: 804.734.8009, Pause Pause 78892. END. FGJ THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS A SOURCES SOUGHT NOTICE ONLY. The Government is likely to allow contractor teaming arrangements in any solicitation expected to result from this synopsis. A contractor teaming arrangement is when the offeror submitting a proposal will significantly depend on the products, capital contributions or expertise [in whole, or in part] of another company(or companies) to successfully complete the terms of any contract that may result from the solicitation. If, after reading the requirements listed in this synopsis, a company cannot meet all of the requirements at this time, you are highly encouraged to: 1) register your firm on the interested vendors list for this solicitation at this www.fbo.gov website, and 2) submit a capabilities package to the DeCA contracting office describing the work your company is capable of providing, even if your firm cannot at this time meet all of the requirements exactly as stated below. This is not a solicitation or request for proposals and no contract will be awarded from this synopsis. There is no solicitation or additional information available at this time. This synopsis is issued in accordance with the Federal Acquisition Regulation (FAR) Part 10. This Sources Sought Notice is to determine the availability of small business HUB ZONE (certified or non-certified) sources, SERVICE DISABLED VETERAN, or SMALL DISADVANTAGED sources who are interested in submitting an offer on a proposed acquisition to provide fresh fruits and vegetables to each of the thirty (36) Area 5 military commissary store locations assigned to the Defense Commissary Agency (DeCA). DeCA’s military commissaries are Government-owned facilities designed to operate similar to commercial retail supermarkets. DeCA’s commissaries provide food items and other merchandise for resale to authorized shoppers at a cost savings when compared to the same or similar products sold in commercial retail markets. DeCA is seeking small business concerns who qualify as HUB Zone (certified or non-certified), Service Disabled Veteran, and Small Disadvantaged Businesses who are capable of meeting the requirements listed below in providing a full line of fresh fruits and vegetable products and potted plants to 36 military commissary stores geographically located in the states of Georgia, Florida, Alabama Mississippi, Louisiana, Arkansas, Tennessee, and Puerto Rico. The proposed NAICS for this acquisition is 424480, which sets the small business threshold at 500 employees. WEB-BASED ORDERING SYSTEM: Contractors must be capable of providing and maintaining a licensed web-based retail ordering system. The web-based system must have the capability to receive and process orders from all the commissary locations to be supported under any contract that may result from the proposed solicitation, send electronic price updates, create detailed sales and order history reports, and provide inventory management. The contractor-owned pricing and ordering system must be able to interface with DeCA’s existing systems, i.e. allow DeCA personnel to access their system via the Internet without any additional cost or effort to DeCA. Therefore, all the necessary software, equipment, and/or web page developments and/or enhancements shall be provided at no additional cost to the Government. CONTRACTOR FACILITY REQUIREMENTS: The contractor shall be responsible for providing all necessary licenses, permits, supervision, facilities, equipment, order processing, distribution, inventory management, and personnel at the contractor’s own facilities/distribution center to receive, store, handle, sort, and deliver all required FF&V items to the various commissary locations that expect to be serviced. The contractor will be required to deliver FF&V destined for Puerto Rico to the Government's designated export location. DISTRIBUTION REQUIREMENTS: Distribution is a key factor in a successful FF&V program. A successful distribution system relies on two main factors, a large volume of product movement and a sufficient number of well-placed distribution centers. When these two factors are present, customers will receive the freshest products available. Each consolidation and/or distribution center utilized by the contractor in performance of the resulting contract shall have multiple temperature-controlled areas in order to meet the different recommended temperature requirements for the various products in order to maintain shelf life and ensure the FF&V received at each location is of the freshest and highest quality. The lead-time from order placement to product receipt at the store level for CONUS locations (Continental USA) will not exceed 24 hours, and will not exceed 48 hours for order placement in Puerto Rico. USDA INSPECTION REQUIREMENTS: The contractor shall work with United States Department of Agriculture (USDA) inspectors to ensure that all products are inspected, received, stored, staged, and shipped in accordance with USDA standards. ADDITIONAL SUPPORT REQUIREMENTS: The contractor shall provide additional support and promotions to each commissary store in Area 5. Additional support includes point of sale material, recipe cards, pamphlets, coupons, seasonal décor, and/or other material that is often available from produce commissions. Additional support also includes value added services that are designed to enhance the overall produce program and increase customer satisfaction through a well-merchandised produce department. Further, additional support includes weekly merchandising visits to each commissary store location, and periodic merchandising support during promotions, resets, and/or grand opening events that provide show-stopping merchandising techniques and SUPER sale priced items. SUBMISSION REQUIREMENTS: Interested sources are required to respond to this sources sought synopsis by submitting a capabilities package to the contracting office NOT LATER THAN FRIDAY, MAY 22, 2009. The capabilities package should include: (1) Business Size: HUB ZONE (certified or non-certified) SERVICE, DISABLED VETERAN-OWNED BUSINESS, and SMALL DISADVANTAGED BUSINESS. (2) Abilities Statement: a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this proposed procurement. (3) Any commercial brochures or currently existing marketing material. (4) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, business reference point of contact and phone number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-DOMS2/TR0520009Produce-Area5/listing.html)
 
Place of Performance
Address: Thirty-six (36) DeCA commissaries located in Georgia, Florida, Alabama, Mississippi, Louisiana, Arkansas, Tennessee, and Puerto Rico Fort Lee, VA
Zip Code: 23801-1800
Country: US
 
Record
SN01811959-F 20090509/090508101134 (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.