Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

89 -- Fresh Fruits and Vegetables

Notice Date
4/14/2010
 
Notice Type
Presolicitation
 
NAICS
424480 — Fresh Fruit and Vegetable Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (PSMC) (HDEC02), Building P11200, 1300 E Avenue, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC02-10-R-0004
 
Archive Date
6/14/2010
 
Point of Contact
Cecilia A. Copeland, Phone: (804) 734-8000, extension 48864, Sarah A Saunders, Phone: (804) 734-8000 extension 48899
 
E-Mail Address
cecilia.copeland@deca.mil, sarah.saunders@deca.mil
(cecilia.copeland@deca.mil, sarah.saunders@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor is to provide delivery of Fresh Fruits & Vegetables for resale to 33 commissaries located in Wyoming, Nebraska, Colorado, Kansas, New Mexico, Texas, South Dakota, North Dakota and Oklahoma that are assigned to the Defense Commissary Agencys (DeCA) West Region, Area 2 Groups 1 & 2 listed below. The contractor will also be required to deliver potted plants and provide a potted plant program to 25 commissary stores listed below that are currently without a primary supplier. Area 2 includes two groups that are geographically clustered as follows: Group 1: (19 Store Locations) Ellsworth AFB, SD; Fort Carson, CO; Buckley AFB, CO; USAF Academy, CO; Peterson AFB, CO; F.E. Warren AFB, WY; Offutt AFB, NE; Fort Leavenworth, KS; Fort Riley, KS; McConnell AFB, KS; Altus AFB, OK; Cannon AFB, NM; Sheppard AFB, TX; Tinker AFB, OK; Vance AFB, OK; Ft Sill, OK; Kirtland AFB, NM; Minot AFB, ND, Grand Forks AFB, ND. Group 1: (7 Store Location without a primary plant supplier) Fort Carson, CO; Buckley AFB, CO; Fort Leavenworth, KS; McConnell AFB, KS; Peterson AFB, CO; USAF Academy, CO; Tinker AFB, OK. Group 2: (14 Store Locations) Corpus Christi NAS, TX; Dyess AFB, TX; Ft Bliss, TX; Ft Hood I, TX; Ft Hood II, TX; NAS Ft Worth, TX; Goodfellow AFB, TX; Holloman AFB, NM; Kingsville NAS, TX; Lackland AFB, TX; Laughlin AFB, TX; Randolph AFB, TX; White Sands, NM; Ft Sam Houston TX. Group 2: (13 Stores without a primary plant provider are) Holloman AFB, NM; White Sands, NM; Dyess AFB, TX; Goodfellow AFB, TX; Laughlin AFB, TX; Ft Worth, TX; Kingsville NAS, TX; Lackland AFB, TX; Randolph AFB, TX; Ft Hood I, TX; Ft Hood II, TX; Corpus Christi NAS, TX ; Ft Sam Houston, TX. A single solicitation containing the two geographical groupings will be issued. Each group will be evaluated separately and each group awarded on an all or none basis. The Government will award one or more contract resulting from this solicitation based on the evaluation criteria using the best value, tradeoff procedures. A Requirements Type contract is contemplated. The base period of performance shall commence approximately December 01, 2010 for 24 consecutive months plus three 12-month option periods. The SIC code is 8915 and the NAICS code is 424480 for this requirement with a size standard of 500 employees. The RFP will be released on or about April 07, 2010. This solicitation will be issued as a 100% small business set aside. 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. Businesses interested in seeking teaming and/or subcontracting arrangements may register as an Interested Vendor for this solicitation. Businesses may also utilize the Small Business Administration's (SBA) SUB-Net bulletin board to post sources sought notices for teaming partners and subcontractors for solicitations and future contracts. More information on SBA's SUB-Net may be found at http://web.sba.gov/subnet/. 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) 734-8009 Pause Pause 78864, E-mail address: cecilia.copeland@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, have established Electronic Funds Transfer (EFT) capability, and must have a valid Perishable Agricultural Commodities Act (PACA) license. Further information about registration may be found on the Internet at http://www.ccr.gov. All responsible small business sources may submit a proposal, which will be considered by the above stated agency. >.See Numbered Note(s) 1.*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-DOMS2/HDEC02-10-R-0004/listing.html)
 
Place of Performance
Address: Defense Commissary Agency, Various Locations, United States
 
Record
SN02121487-W 20100416/100414234830-f3134cd239b02f2adf4c9c89e4a8f4b5 (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.