Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

S -- Deli and Bakery Resale Operations for 43 Various Commissary Locations - Attach 2 Survey Questions - Attach 1 Performance Work Statement

Notice Date
11/13/2017
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (MPR) (HDEC02), Building P11200, 1300 E Avenue, Fort Lee, Virginia, 23801-1800, United States
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC02-18-R-0003
 
Archive Date
12/13/2017
 
Point of Contact
Sharon K. Weston, Phone: 804-734-8000 ext 48833, Trista P. Robinson, Phone: (804) 734-8000 X 48892
 
E-Mail Address
sharon.weston@deca.mil, trista.robinson@deca.mil
(sharon.weston@deca.mil, trista.robinson@deca.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Survey Questionnaire THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY; NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. In accordance with Federal Regulation 19.202-2(a), the Defense Commissary Agency (DeCA) is conducting market research to locate small business concerns. The NAICS code for this acquisition is 722310 Food Service Contractors, which sets the small business threshold at $38.5 million. The size standard represents the average of the total revenue for the past three years. If your company recognizes an average total revenue for the past three years that is $38.5 million or less, your company is classif i ed as a s m all business for this procure m ent action. The Defense Commissary Agency is seeking qualified contractors for In-store Deli and Bakery Resale Operations, to include sushi, for 43 Defense Commissary Agency (DeCA) commissary locations at: Altus AFB, Barksdale AFB, Buckley AFB, Cannon AFB, Columbus AFB, Ellsworth AFB, F.E. Warren AFB, Fort Bliss, Fort Campbell, Fort Carson, Fort Knox, Fort Leavenworth, Fort Leonard Wood, Fort Polk, Fort Riley, Fort Rucker, Fort Sill, Grand Forks AFB, Great Lakes NS, Gulfport NCBC, Gunter AFB, Harrison Village, Holloman AFB, Keesler AFB, Kirtland AFB, Little Rock AFB, Maxwell AFB, McConnell AFB, Memphis NAS, Minot AFB, New Orleans NSA, Offutt AFB, Peterson AFB, Pittsburgh Area, Redstone Arsenal, Scott AFB, Selfridge ANGB, Sheppard AFB, Tinker AFB, USAF Academy, Vance AFB, Whiteman AFB, and Wright-Patterson AFB. The Contract will be written and administered as a Performance Based Services Acquisition (PBSA). This method of contracting requires the Government to describe the requirements the Contractor must meet in terms of outcome or results. The "how" is left to the Contractor, within certain regulatory guidelines as referenced in the performance work statement and contract. This allows the Contractor more flexibility in achieving the desired results. The Contractor shall execute its responsibilities under the resultant contract in a manner that is consistent with the performance standards contained within the performance work statement (see attachment 1). The period of performance is projected to consist of a base period of 24 months and three option periods of 12 months, and five 12-month Award Term performance periods earned for excellent performance during the base and option performance periods. All deli and bakery to include sushi products will be procured only from approved sources. Approved sources are those approved by the U.S. Army Public Health Command (USAPHC) and posted on the USAPHC website. Instructions on how to become approved are found on the USAPHC website - http://phc.amedd.army.mil/topics/foodwater/Pages/default.aspx The successful offeror shall be registered in the System for Award Management (SAM) located at https://acquisistion.gov, before time of award. Electronic Document Access (EDA) is a requirement for any offeror that receives a contract award resulting from a solicitation. EDA registration and participation in Electronic Funds Transfer (EFT) are mandatory for award eligibility. The EDA database can be accessed at http://eda.odgen.disa.mil. If you are a qualified supplier interested in this opportunity, please complete the questionnaire at attachment 2 and email it to s haron.weston@deca.mil along with any additional comments or questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-DOMS2/HDEC02-18-R-0003/listing.html)
 
Place of Performance
Address: Multiple Locations in the East, Central, and West Areas., United States
 
Record
SN04738322-W 20171115/171113230931-5d763255bfe4578e9d32dc987dc45633 (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.