Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
SOLICITATION NOTICE

89 -- Statewide Food Supply

Notice Date
3/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424410 — General Line Grocery Merchant Wholesalers
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-12-R-0003
 
Response Due
4/30/2012
 
Archive Date
6/29/2012
 
Point of Contact
Stella Davis, 805-594-6287
 
E-Mail Address
USPFO for California
(stella.davis2@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 combined synopsis/solicitation for commercial items prepared IAW the format in FAR 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. The solicitation W912LA-12-R-0003 is issued as a Request for Proposal. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, effective 15 March 2012. This procurement is issued under NAICS code 424410. The small business size standard for this NAICS code is 100 employees. The California National Guard is soliciting proposals for a Statewide Indefinite Delivery/Indefinite Quantity (IDIQ) Food Supply Contract. The Contractor will provide all personnel, labor, transportation, manifesting, and packaging of unprepared subsistence items for delivery to units in the California Army National Guard at 105 or more locations throughout California. The award will be for a base period of 1 year, with four (4) option years. This Request for Proposal is set aside for Small Business concerns. However, in the event there is not enough competition from small businesses, proposals from large businesses will be accepted. In accordance with [Federal Acquisition Regulation (FAR)] Subpart 19.5, any award for food supply services resulting from this solicitation, will be made on a competitive basis to eligible small business concerns, provided that a minimum of three (3) competitive (technical and cost) offers are received from eligible small business concerns. If a minimum of three (3) offers from qualified small business concerns are not received, the award for food supply services will be made on the basis of full and open competition from among all responsible business concerns submitting offers. This Request for Proposal will result in a single Statewide, Firm-Fixed Priced Indefinite Delivery/Indefinite Quantity (IDIQ) Food Supply Contract to Contractors who can provide food supply services in accordance with the Performance Work Statement. Offers will be evaluated as best value to the Government, based upon the Evaluation Criteria in Clause 52.212-2 and is listed below. These factors shall be used to evaluate offers and are listed in descending order of importance. The government will make a risk assessment based on information contained in the proposal and other information. 1. Ability to meet all requirements in the Performance Work Statement; 2. Ordering program/system; 3. Minimum dollar value Contractor will deliver to each location; 4. Past Performance; 5. Discrepancy Resolution Plan; 6. Emergency Ordering System and 7. Extent of small disadvantaged business participation. Technical and past performance, when combined, are approximately equal to cost or price. The offeror's ability to meet all requirements in the Performance Work Statement and the Contractor's Ordering System will be the primary non-price evaluation factors. All vendors must be registered in the Central Contractor Registration (CCR). Proposals are due NLT April 30, 2012 by 10:00 AM at USPFO for California, Contracting Office, 2303 Napa Ave, bldg 633, San Luis Obispo, CA 93405-7609. Proposals may be mailed via U.S. Mail, Federal Express, or hand carried into the USPFO for California Contracting Office in San Luis Obispo, CA. Requests shall be in writing to the above address, email or fax requests to stella.davis2@us.army.mil or (805) 594-6348, ATTN: Stella Davis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-12-R-0003/listing.html)
 
Place of Performance
Address: USPFO for California 2303 Napa Ave San Luis Obispo CA
Zip Code: 93405-7609
 
Record
SN02710447-W 20120401/120330235252-e6c0f8678944352871365a43c0a4e0da (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.