SOURCES SOUGHT
89 -- Delivery of Block and Crushed Ice
- Notice Date
- 11/23/2010
- Notice Type
- Sources Sought
- NAICS
- 312113
— Ice Manufacturing
- Contracting Office
- Fort Benning DOC, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
- ZIP Code
- 31905-5000
- Solicitation Number
- 0010026494
- Response Due
- 12/10/2010
- Archive Date
- 2/8/2011
- Point of Contact
- Cardova Hall, 706.545.2194
- E-Mail Address
-
Fort Benning DOC
(cardova.hall@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This synopsis is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Mission & Installation Contracting Command (MICC), Directorate of Contracting, Fort Benning, Georgia is seeking information for market research to gain knowledge of potential qualified sources to determine an acquisition strategy. This sources sought synopsis is not a request for proposal. This request for information is for planning purposes only and shall not obligate the Government to acquire any products or services. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Your responses to this sources sought will be treated as information only. The results of the market research will be used to determine the best overall acquisitions strategy. This market research is to acquire by solicitation the purchase and delivery of crushed ice and block ice to multiple location in accordance with the Good Manufacturing Practices Regulations for Foods (Codes of Federal Regulation, Title 21, Chapter 1, Part 110) as ordered during the period of January 04, 2011 thru January 03 2012 plus four option years. Delivery is to multiple sites located at Fort Benning, Georgia. The contractor will provide crushed (Ice-mill run, not sized or cubed in either 40 or 50 lbs paper or minimum 3 mil, plastic bags approved commercially for packing, transporting and storing of crushed or cubed ice. Bags will be palletized on returnable pallets with 50 bags per pallet. The pallets will be securely shrunk wrapped and tied for easier accessibility in transporting and storing. All deliveries will be tail-gate. Delivery location will be specified by each call. The block ice minimum 10 lbs, maximum 12 lbs per block. Each block shall be individually wrapped in commercially approved wrapping and then placed in bale bags, four (4) blocks per bale bag. The ice shall be palletized on returnable pallets with 30 bale bags per pallet to equal 120 blocks. Each pallet shall be securely shrunk wrapped and tied for easy accessibility in transporting and storing. Pallets will be stacked no more than two high. All deliveries will be tail-gate. Delivery location will be specified by each call. The ice will be manufactured from water that is pure, sanitary, and suitable for drinking purposes. Ice shall be harvested, housed, handed and/or manufactured under sanitary conditions. Certification of source controlled item is required for offerors to supply an item that is identified as Source Controlled The offeror represents and certifies as part of the offer that the item being offered will be distributed, processed and produced by a firm which has been approved by an agency of the United States Government with respect to sanitary conditions prior to contract award. The agency responsible for approval for Armed Forces Procurement (in CONUS) is Headquarter, U.S. Army Health Services Command, Fort Sam Houston, Texas 78234. The appropriate North American Industry Classification System Code (NAICS) code is 312113 with a size standard of 500. Submission Requirements: Responses to this announcement must be received no later than 2:00 p.m. eastern standard time, Monday, December 10, 2010. Interested firms may submit capability statements via email only to cardova.hall@us.army.mil. Responses shall not exceed fives pages when printed and should be transmitted with attachments in Microsoft Word or PDF format. No zipped files. No telephone requests will be honored. Any questions regarding this notice should be directed to Cardova Hall, via email at cardova.hall@us.army.mil. As part of the capability package, firms must include the following: (1) Capability Statement demonstrating knowledge and ability to provide required suppy. Capability statement must be sufficient to demonstrate performance directly related to the performance of the requirement (2) Business Size and socioeconomic status (3) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact. (4) Describe your recent and relevant contracts performed within the past three years for the same or similar supply as required. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/063c90ec6e04eca98ecd4c9e57ee4198)
- Place of Performance
- Address: Fort Benning DOC Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
- Zip Code: 31905-5000
- Zip Code: 31905-5000
- Record
- SN02332952-W 20101125/101123234531-063c90ec6e04eca98ecd4c9e57ee4198 (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 |