SOLICITATION NOTICE
H -- Multi-food National Warehouse for Commercial Storage and Distribution Services within the United States
- Notice Date
- 6/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of Agriculture, Farm Service Agency, Kansas City Commodity Office, P.O. Box 419205 Mail Stop 8698, Kansas City, MO, 64141-6205
- ZIP Code
- 64141-6205
- Solicitation Number
- KCCO-DDOD-06-RFP-0002
- Response Due
- 7/18/2006
- Description
- The Department of Agriculture, Farm Service Agency, Kansas City Commodity Office, Dairy & Domestic Operations Division, 6501 Beacon Drive, Stop 8718, Kansas City, MO 64133 is seeking to implement a fixed price indefinite delivery/indefinite quantity requirements service contract with performance based requirements for commercial storage and distribution services throughout the United States. The contract period will consist of a twelve (12) month base period, and the potential of four (4) one-year option periods, if exercised. The period of performance available to the Government will be 60 months. This solicitation is 100% full and open competition. The applicable North American Industry Classification (NAICS Code) is 493110 with a not to exceed size standard of $21,500,000 for annual receipts which have been measured and reported to the U.S. Treasury Department, Internal Revenue Service, for Federal income tax purposes. The requirements include multi-temperature storage complex to receive, store and deliver commodities purchased by USDA for the multi-food shipments programs. The future contractor(s) will deliver food shipments to approximately 231 different recipient locations participating in federally mandated commodity feeding programs, and may deliver to locations for natural disasters assistance. Emergency shipments could involve destinations outside the boundaries of the contract(s) area. The future contractor(s) must be able to accept and process orders from the Food and Nutrition Service (FNS) Electronic Commodity Ordering System (ECOS) and must maintain real time separate inventories for Food Distribution Program on Indian Reservations (FDPIR) and Commodity Supplemental Food Program (CSFP) programs. The qualified contractor(s) must be able to provide all management, supervision, labor, facilities, material, supplies, equipment and other items necessary to perform the following work: 1) receive and store commodities for multi-food shipments, 2) accept orders from the FNS ECOS, 3) pick & pack the order and logistics, which includes rating, routing and the transportation of outbound shipments, 4) negotiate and coordinate multiple delivery schedules with recipient agencies. The contractor(s) will be responsible for all functions which will include, but not be limited to distribution, pick and pack, consolidation service, assembly and staging of the imminent scheduled shipments. Delivery of these orders must be accomplished in full and less-than-truckload quantities, with a potential of dry, cooler and freezer in a single truck. The estimated minimum useable space requirements are: Zone A - Dry 120,000 square feet, Cooler 40,000 square feet, Freezer 20,000 square feet; Zone B - Dry 140,000 square feet, Cooler 60,000 square feet, Freezer 40,000 square feet; Zone C - Dry 70,000 square feet, Cooler 20,000 square feet, Nationwide - Dry 300,000 square feet, Cooler 80,000 square feet, Freezer 40,000 square feet. The facility must have the capability of maintaining a minimum of one (1) to two (2) month supply of product. For the purposes of this solicitation, the United States is defined as follows. There are three Zone(s). Zone A is composed of Alaska, Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Wyoming and Washington. USDA is currently delivering multi-food shipments to CSFP and FDPIR destinations in Alaska, Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon and Washington. Approximately 38 million pounds of multi-food shipments are delivered to Zone A on an annual basis. The multi-food shipments for this Zone will go to approximately 75 different locations. Zone B is composed of Arkansas, Iowa, Louisiana, Kansas, Minnesota, Missouri, Nebraska, North Dakota, Oklahoma, South Dakota and Texas. USDA is currently delivering multi-food shipments to CSFP and FDPIR destinations in Iowa, Louisiana, Kansas, Minnesota, Missouri, Nebraska, North Dakota, Oklahoma, South Dakota, and Texas. The FDPIR program for the following states will be delivered from Zone B facilities: Michigan, Mississippi, New York, North Carolina and Wisconsin. Approximately 57 million pounds of multi-food shipments are delivered to Zone B on an annual basis. The multi-food shipments for this Zone will go to approximately 100 different locations. Zone C is composed of Alabama, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virgin Islands, Virginia, Washington, D.C., West Virginia and Wisconsin. USDA is currently delivering multi-food shipments to CSFP destinations in Illinois, Indiana, Kentucky, Michigan, Mississippi, New Hampshire, New York, North Carolina, Ohio, Pennsylvania, South Carolina, Tennessee, Vermont, Virgin Islands, Washington, D.C. and Wisconsin. Approximately 29 million pounds of multi-food shipments are delivered to Zone C on an annual basis. The multi-food shipments for this Zone will go to approximately 56 different locations. A Nationwide contract would include all three Zones. In addition, the solicitation requirement will utilize FAR 9.2, Qualification Requirement. The Government intends to only allow proposals from a potential list of offerors with whom this agency has a current Processed Commodities Storage Agreement (PCSA) and meet the specification requirements outlined in the solicitation or have the capability to meet the requirements prior to proposal submission date. If the potential offeror cannot meet the qualifications by proposal due date but can demonstrate, to the satisfaction of the Contracting Officer, that they can meet the standards by a specified date, the potential offeror may be provided an opportunity to submit a proposal. The PCSA mandates the general routine practices and procedures for USDA warehouse operators. The PCSA includes Warehouse Operators Handbook for Processed Commodities, CFR Part 1423 (Standards for Approval of Dry & Cold Storage for Processed Agriculture Commodities, Extracted Honey and Bulk Oats), WA-51 (Financial Statement, or substitute determined to be acceptable to CCC), CCC-29 (Processed Commodities Storage Agreement), CCC-20 (Supplement to Uniform Storage Agreements), CCC-560 (Warehouse Operator?s Application for Approval of Warehouse), CCC-29-1 (Schedule of Warehouses) and CCC-29-2 (Schedule of Rates). Additional supplemental information includes SF-LLL (Disclosure of Lobbying Activities), 31 U.S.C. 1352, KC-140 (Warehouse Operator?s Report of Space Availability), KC-14 (Request for Tariff Information), KC-1622 (Resolution of Board of Directors) and SF-3881 (ACH Vendor/Miscellaneous Payment Enrollment Form). The above PCSA approval documentation may be viewed electronically at http://www/fsa.usda.gov/daco/whse/pcsa.htm. All PCSA information submitted will be verified through a physical warehouse examination prior to final approval. To obtain PCSA information regarding this solicitation contact Karen Williams at karen.williams@kcc.usda.gov. The successful contractor(s) will be selected by use of formal source selection procedures. The Government will make award to the responsible offeror(s) whose proposal contains technical and cost features that provide the best overall value to the Government and conforms to the solicitation requirements and applicable regulations, determined by a combination of price, past performance, and the evaluation criteria as outlined in the solicitation. A Multi-food National Warehouse Pre-Proposal Conference will be held on June 22, 2006, 8:00 a.m. to 1:00 p.m. CDT at USDA/FSA, 6501 Beacon Drive, Kansas City, MO 64133-4671. Interested parties are encouraged to attend the Pre-Proposal conference and must register by June 16, 2006 at http://www.fsa.usda.gov/daco/conferences/preproposal. Paper copies of the solicitation will not be made available. You may need viewers for Microsoft Word (.doc), Microsoft Excel (.xls), Acrobat Reader (.pdf) to be able to view solicitation documents. These viewers may be downloaded from the following Federal Business Opportunities website http://www1.fbo.gov/DocViewers.html. Interested parties are responsible for monitoring the FedBizOpps Website at http://www1.fbo.gov/spg/USDA/FSA/KCCO/postdatePrevDays_1.html for the solicitation, amendments and/or any other information pertaining to this solicitation. Point of Contact is Linda Bolton, Contract Specialist, Email Linda.Bolton@kcc.usda.gov, Phone (816)823-1311, Fax (816)448-5889 and Secondary Point of Contact is Karen Williams, Email Karen.Williams@kcc.usda.gov, Phone (816)926-2847, Fax (816)448-5897.
- Record
- SN01067546-W 20060613/060611220048 (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 |