SOLICITATION NOTICE
89 -- Shelf stable meal kits
- Notice Date
- 3/6/2004
- Notice Type
- Solicitation Notice
- NAICS
- 311991
— Perishable Prepared Food Manufacturing
- Contracting Office
- USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-04-T-0008
- Response Due
- 3/22/2004
- Archive Date
- 5/21/2004
- Point of Contact
- Susan Quinn, 804-298-6293
- E-Mail Address
-
Email your questions to USPFO for Virginia
(susan.quinn@va.ngb.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 announcement incorporates provisions and clauses in effect through FAR FAC 2001-20. This announcement/ solicitation is restricted to small businesses under NAICS 311991 with employees under 500. Lunch meal kits shall consist of the following: entree - must have a minimum of 2 entrees (example: ham/chicken/tuna salad, beans and franks, BBQ beef, macaroni and cheese, ravioli, peanut butter and jelly); chips - minimum of 1.5 oz package; bread - wrapp ed bun type bread with minimum 6 month shelf life; fruit cup - 4 oz cup minimum; dessert - 1.5 oz minimum cookie or candy bar, drink - 10 oz minimum (water and sports drinks are not approved for use in military meal kits); cutlery kit-one wrapped mint, nap kin, hand wipe, utensil, appropriate condiment packet. Breakfast meal kit shall consist of the following: cereal-large cereal bowl pack; milk-8 oz 1% UHT milk; fruit cup-4 oz cup minimum; breakfast bar-Nutri-grain type breakfast bar minimum 10 oz; juice-5. 5 oz minimum fruit juice; pastry-2 pack toaster pastry (assorted flavors); cutlery kit-one wrapped mint, napkin, hand wipe, utensil, appropriate condiment packet. Meal kits will have a minimum shelf life of 180 days and require no refrigeration or heating in the field. All components will be individually packaged, nationally recognizable name-brand food items. In addition, the following nutritional guidelines must be followed: Calories - minimum 1250 - 1800 maximum Calories from Fat - 850 maximum Total Fat (g) - 110g maximum Saturated Fat (g) - 30g maximum Cholesterol (mg) - 330mg maximum Sodium (mg) - 2700mg maximum Total Carbohydrates (g) - 220g maximum Protein (g) - minimum 20g - 50g maximum The contractor will supply a minimum of six different written lunch meal combinations and two breakfast meal combinations for review. Varied quantities of the meal plans will be ordered. *Three complete prepared meal kits per menu must be submitted with th e bid package. These kits will be used for evaluation and will not be returned to the contractor. Quotes without samples will not be considered. A list of available optional items should be provided in the bid pricing to enable the government to select alt ernate products (i.e. chips, cookies, candy). This acquisition is restricted to small business. All responsible sources are encouraged to bid. Contract will be a single award Indefinite Delivery/Indefinite Quantity contract for a one-year period with a one-year option period. Other federal government agencies with delivery needs in Virginia will be permitted to order through this contract with prior written approval by the Contracting Officer. Delivery orders shall be issued by the Contracting Officer but the Contracting Officer may delegate in writing other individuals who may order. The minimum quantity for the base year is 3600 meal kits; the maximum for the base year is 54,000 meal kits. The maximum quantity of meals kits for the entire contract performance period shall not exceed 108,000 meal kits. Primary delivery location is Blackstone, VA, but vendor shall provide meal kit pricing which will include all delivery costs to provide for delivery to any location within Virginia. Required time of delivery will be no more than 10 calendar days after rec eipt of delivery order. This acquisition will use a best value process evaluating past performance and product quality factors. A list of three references, preferably military, that have used the product proposed must be included with bid. Provide name, p hone number, address and email address if available. The following provisions and clauses shall apply to this solicitation: FAR 52.252-2 Clauses I ncorporated by Reference. This solicitation incorporates one or more clauses by reference with the same force and effect as if they were given in full text available. Also, the full text of a clause may be accessed electronically at the following address: www.arnet.gov/far. Contractor will provide a completed copy of the 52.212-3 clause to be considered. Provisions incorporated by reference: 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Offeror Representations and Certifications--Commercial Items 52.215-1, Instructions to Offerors--Competitive Acquisitions. Clauses incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items 52.247-3, F.O.B. Destination 52.252-3, Alterations in Solicitation 52.252-6, Authorized Deviations in Clauses DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.225-7001, Buy American Act and Balance of Payment Program. 52.212-5 Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002). Subparagraphs: (5) 52.219-6, Notice of Total Small Business Set-Aside (15 U.S.C. 644) (13) 52.222-3, Convict Labor (E.O. 11246) (14) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (E.O. 13126) (15) 52.222-21, Prohibition of Segregated Facilities (16) 52.222-26, Equal Opportunity (E.O. 11246) (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, or other Eligible Veterans (38 U.S.C. 4212) (18) 52.222-36, Affirmative Action for Workers with Disabilities (29) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332) 52.212-2 Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In descending order of importance: 1. Technical specifications, including shelf life, nutritional value, ease of consumption, taste, variation in menu, portion size, and substitution options. 2. Past performance 3. Price When combined, technical specifications and past performance are significantly more important than price. 52.216-18 Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from award date through one year. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 Order Limitations a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the c ontract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 5000 meal kits; (2) Any order for a combination of items in excess of 5000 meal kits; or (3) A series of orders from the same ordering office within 7 calendar days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 work days after issuance, w ith written notice stating the Contractor??????s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 Indefinite Quantity a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this cont ract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and includin g the quantity designated in the Schedule as the ??????maximum.?????? The Government shall order at least the quantity of supplies or services designated in the Schedule as the ??????minimum.?????? (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at mul tiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligat ions with respect to that order to the same extent as if the order were completed during the contract??????s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 days after final contract performance date. Written requests for information may be submitted to: Susan Quinn, Contract Specialist, via fax: 434-298-6202, or email: susan.quinn@va.ngb.army.mil Bids are due by 3:00 p.m. Eastern time on Monday, 22 March 2004 to Susan Quinn, Bldg. 316, Ft. Pickett, Blackstone, VA 23824. ** NAICS code 311991 Employees 500**
- Place of Performance
- Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
- Zip Code: 23824-6316
- Country: US
- Zip Code: 23824-6316
- Record
- SN00538646-W 20040308/040306221638 (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 |