SOLICITATION NOTICE
89 -- Untized Group Ration A Meal (UGR-A)
- Notice Date
- 12/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Subsistence, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SP0300-04-R-7000
- Response Due
- 1/22/2004
- Archive Date
- 2/6/2004
- Point of Contact
- Tracy Brown, Contract Specialist, Phone 215 737-2989, Fax 215 737-4115, - Lois Dyduck, Contracting Officer, Phone 215 737-3834, Fax 215 737-4115,
- E-Mail Address
-
Tracy.Brown@dla.mil, Lois.Dyduck@dla.mil
- Description
- The Unitized Group Ration-A (UGR-A) is a ration consisting of the semi-perishable and perishable foods and disposable items (e.g., cups, trays, trash bags) necessary to feed fifty individuals during peacetime training, as well as mobilization operations. The meal modules consist of a semi-perishable module (2 cases) containing the semi-perishable food components and disposable items, and the frozen perishable module (1 case), which are delivered concurrently. A minimum shelf life of six (6) months shall be remaining at time of delivery for CONUS requirements. OCONUS requirements, which are FOB Origin acceptance, require 9-month shelf life at time of receipt. The UGR-A consists of 21 menus (7 breakfast, 14 lunch/dinner). The components are readily available commercial items. The purpose of the UGR-A program is to maximize and expedite the Services ability to provide high quality food service meals using commercial, readily available food items (A Rations) to military personnel during worldwide operations. The UGR-A ration objectives include (i) simplify and streamline the customers ordering process by establishing two stock number to order a complete meal in lieu of multiple menu components, (ii) simplify and streamline the distribution/food handling process in the field by consolidating and clearly identifying the complete components of a single meal; (iii) eliminate inventory carrying costs by utilizing direct vendor deliveries (DVD) to customers on an as needed basis; and (iv) result in overall cost savings In the total food supply chain. CONUS meals are not intended to be stocked by the Services and direct vendor delivery to all customers will be utilized. OCONUS rations may be DLA owned stock, and stored in Prime Vendor facilities in such locations as Korea, Bahrain, Kuwait, or delivered DVD for customers in Germany (the reduced customer base due to OIF deployment has resulted in the inability to stock UGR-A in Germany). OCONUS deliveries are made FOB Origin by contractors, and shipped overseas via the Defense Transportation System (DTS). This acquisition will provide complete ration modules for each menu, for each of the 50 CONUS and 25 OCONUS installations supported to date. These installations, and the Army, have stated their continued long-term requirement for the UGR-A, but are unable to forecast their quantified annual usage. In order to calculate the best future requirement estimates possible, the actual usage for 01, 02, and 03 has been captured and best-guess estimates have been projected for the instant acquisition future years. This approach has been approved by the Army Center for Excellence, Subsistence (ACES). Additionally, the solicitation will include the actual order history for each installation, to be provided by the current UGR-A contractors. Complete commercial item descriptions for each item in each menu were developed by DSCP, Natick and ACES and have been approved by authorized military food service representatives. The UGR-A ration and specifications are totally commercial, with no technically restrictive requirements. Utilizing Best Value source selection procedures, this solicitation will indicate that technical merit is more important than price. It is the Government?s intention to make an award to the offerors who indicate the overall best value utilizing the trade off process between price and non-price factors. The installations will be grouped on a regional basis; Northeast, Southeast, Central and West Region. Each region includes a major training facility along with National Guard/Air National Guard customers. This acquisition will be issued on a competitive basis. It?s the Government?s intention to award one Indefinite Quantity Type contract per region, however the government reserves the right to award more then one contract per region in order to acquire complete coverage and/or result in the best value to the Government. Each contract will be awarded for a two-year base period with three (3) two-year option periods. The solicitation will also allow for the inclusion of additional customers within the awarded distribution regions, e.g. Air Force, and Marines. To allow for these additions, as well as possible training increases, the IQC maximum quantities will be 300% of the estimated quantities. The minimum IQC quantity is 20%. Surge Option and readiness provisions will be included in the event of contingencies. Estmated quantities for the 2 year base period and each 2 year option, respectfully, are: 1,251,770 mods, 1,155,480 mods, and 915,480 mods for both option periods 3 and 4. Solicitation will be issued unrestricted with a Hubzone Price Evaluation Preference.
- Place of Performance
- Address: FOB Destination delivery to approximately 25 military installations through out the US, including Alaska and Hawaii. FOB Orign inspection and acceptance to serve overseas customers.
- Record
- SN00480080-W 20031205/031203211723 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |