Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOURCES SOUGHT

89 -- SOURCES SOUGHT NOTICE - DELIVERY OF DAIRY PRODUCTS

Notice Date
8/18/2010
 
Notice Type
Sources Sought
 
NAICS
424430 — Dairy Product (except Dried or Canned) Merchant Wholesalers
 
Contracting Office
Fort Sam Houston Contracting Center - West, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81NTE0099N109
 
Response Due
8/23/2010
 
Archive Date
10/22/2010
 
Point of Contact
Edward Sido, 210-295-3089
 
E-Mail Address
Fort Sam Houston Contracting Center - West
(edward.sido@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis: Responses to this Request for Information (RFI) are not considered an offer and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit a capability statement that clearly defines the firms ability to deliver the stated products in this RFI. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the products described herein prior to the issuance of a Request for Proposal. The NAICS contemplated for this requirement is 424430 with a size standard of 100 people. The incumbent contractor is Oak Farms Dairy, San Antonio, TX. The current Contract No. is W9124J-06-A-0005. It is the Governments intention to solicit the requirement under full and open competitive procedures; however the current capabilities of industry, to include large and small business, must be confirmed. As such, all eligible large and small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE Base Period: 01 Oct 2010 30 Sep 2011 (12 mo) Option Period I: 01 Oct 2011 30 Sep 2012 (12 mo) Option Period II: 01 Oct 2012 30 Sep 2013 (12 mo) Option Period III: 01 Oct 2013 30 Sep 2014 (12 mo) Option Period IV: 01 Oct 2014 30 Sep 2015 (12 mo) REQUIREMENTS: The contracting office intends to award a Blanket Purchase Agreement (BPA) for the following line items: 0001. Milk, 1% Gallon 0002. Lactaid Dairy Ease 100% Quart 0003. Milk, Half & Half Quart 0004. French Vanilla Creamer Pint 0005. Milk, Eco Homo Pint 0006. Milk, Skim Pint 0007. Milk, Eco 1% Pint 0008. Milk, Buttermilk 0009. Milk, Eco 1%, Chocolate Pint 0010. Yogurt, Assorted Flavors, 8oz. 0011. Cream, Sour 5 lbs. 0012. Cheese, Cottage Trim, 5 lbs. 0013. Assorted Popsicles Dozen 0014. Ice Cream Cups, Vanilla, 4oz. Dozen 0015. Ice Cream Cups, Chocolate, 4oz. Dozen 0016. Ice Cream, Strawberry, 4oz. Dozen 0017. Sherbert, Orange Cup, 4oz. Cup 0018. Sherbert, Lime Cup, 4oz. Dozen, 312 Each. Topping, Real Cream, 14oz. 0019. Eggnog, Quart 0020. Topping, Real Cream, 14oz. Note: Quantities will vary. Payment will be made for actual quantities received. Contractor shall supply all necessary labor and supplies for delivery of dairy products to Brooke Army Medical Center (BAMC), Nutrition Care Division (NCD) Monday Friday, except on holidays, between the hours of 06:00 AM 07:00 AM. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the email address identified in paragraph 4, a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to deliver the products listed in this RFP. This documentation must address, at a minimum, the following: (1) title of the PWS you are applying to; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; (3) prior/current corporate experience of providing and delivering similar products within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. (4) companys ability to begin performance upon contract award. The capability statement package shall be sent via email to Edward Sido Edward.sido@us.army.mil and MICC-FSH-RFP@conus.army.mil, Contract Specialist, Mission and Installation Contracting Command. Submissions must be received at the email cited no later than 4:00 p.m. CDT on 23 Aug 2010. Questions or comments regarding this notice may be addressed to Edward Sido at 210-295-3089 or via email at Edward.sido@us.army.mil and MICC-FSH-RFP@conus.army.mil All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc9eb3c0d491709171bf4ceec2c1b7dd)
 
Place of Performance
Address: Fort Sam Houston Contracting Center - West Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02246358-W 20100820/100819000538-bc9eb3c0d491709171bf4ceec2c1b7dd (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.