Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
MODIFICATION

89 -- Fluid Milk Products for 58 Commissaries

Notice Date
6/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
311511 — Fluid Milk Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (PSMC) (HDEC02), Building P11200, 1300 E Avenue, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC02-11-R-0006
 
Archive Date
9/12/2011
 
Point of Contact
Savicsa Robinson, Phone: 804-734-8000 x86143, Sheila I Norfus, Phone: (804) 734-8000 ext 8889
 
E-Mail Address
savicsa.robinson@deca.mil, sheila.norfus@deca.mil
(savicsa.robinson@deca.mil, sheila.norfus@deca.mil)
 
Small Business Set-Aside
N/A
 
Description
** Change Response date from July12,2011 to July 21,2011** <THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS. THIS IS A PRE-SOLICITATION NOTICE ONLY; NO CONTRACT WILL BE AWARDED FROM THIS NOTICE NOTE: SOURCES SOUGHT NOTICE; HDEC02-10-R-0011 PREVIOUSLY POSTED ON JULY 26, 2010 HAS BEEN REPLACED WITH THIS PRESOLICITATION NOTICE, HDEC02-11-R-0006. The Defense Commissary Agency (DeCA) is seeking interested sources capable of providing fluid milk products to commissaries located in DeCAs East Region. The commissaries are located in the North Eastern Region of the United States (Maine, New Hampshire, Massachusetts, Rhode Island, Connecticut, New York, Pennsylvania, New Jersey, Delaware, Maryland, Virginia, West Virginia, District of Columbia, North Carolina, Kentucky, Ohio, Michigan, Indiana, Illinois, Wisconsin and Missouri). The contractor is to furnish Fluid Milk products in various sizes to 58 commissaries in DeCAs East Region. The Fluid Milk products include Whole Milk, 2% Milk, 1% Milk, Skim Milk, Chocolate Milk (Whole, 1%, 2%), Butterfat Milk, Acidophilus Milk, Eggnog (regular and flavored), Whipping Cream ( light and heavy), and Half & Half. For the purpose of this solicitation, the 58 commissaries will be grouped geographically into eleven separate groups, as listed below. Group 1 (3 Commissaries) (Estimated Annual Tonnage = 216,088): Fort McCoy, Great Lakes NTC, and Rock Island Arsenal Group 2 (1 Commissary) (Estimated Annual Tonnage = 78,646): C.E. Kelly SC Group 3 (4 Commissaries) (Estimated Annual Tonnage =1,159,704): Scott AFB, Fort Leonard Wood, Richard-Gebaur, and Whitman AFB Group 4 (6 Commissaries) (Estimated Annual Tonnage = 1,435,158): Harrison Village, Crane NSWC, Fort Knox, Wright Patterson, Fort Campbell and Selfridge ANGB. Group 5 (6 Commissaries) (Estimated Annual Tonnage =1,533,717): Fort Bragg North, Fort Bragg South, Seymour Johnson AFB, Cherry Point MCAS, Camp Lejeune, and New River NCAS. Group 6 (8 Commissaries) (Estimated Tonnage =2,874,703): Fort Eustis, Fort Lee, Langley AFB, Little Creek NAB, Norfolk NB, Oceana NAS, Portsmouth NNSY and Sugar Grove. Group 7 (14 Commissaries) (Estimated Annual Tonnage = 4,168,895): Patuxent River NAS, Annapolis NS, Andrews AFB, Arberdeen PG, Fort Detrick, Fort Meade, Walter Reed AMC, Bolling AFB, Dover AFB, Fort Myer, Fort Belvoir, Quantico MCCDC, Dahlgren NSWC, Carlisle Barracks Group 8 (5 Commissaries) (Estimated Annual Tonnage = 699,655): ARDEC, Fort Monmouth, McGuire AFB, Lakehurst NAEC, and Tobyhanna AD. Group 9 (3 Commissaries) (Estimated Annual Tonnage =645,552): Hanscom AFB, Newport NETC, and New London NSB Group 10 (4 Commissaries) (Estimated Annual Tonnage = 600,927): Fort Drum, Saratoga Springs, West Point, Mitchell Field, and Fort Hamilton. Group 11 (3 Commissaries) (Estimated Annual Tonnage =351,575): Bangor ANGB, Brunswick NAS, and Portsmouth NS. Each group will be evaluated separately and each group will be awarded on an all or none basis. The Government will award one or more contracts resulting from this solicitation based on evaluation criteria using the Best Value, Tradeoff procedures. A Fixed Price with Economic Price Adjustments, Requirements Type contract is contemplated. The base period of performance shall be for 12 consecutive months plus one, 12-month option period. The RFP will be released on or about June 9, 2011. The solicitation will be issued on an unrestricted basis. Soliciting under an unrestricted basis does not preclude any small business from submitting a proposal. Small businesses interested in submitting a proposal package may seek assistance from your local Procurement Technical Assistance Center (PTAC) or the Small Business Administration (SBA). Information on finding your local PTAC office may be located at http://www.dla.mil/db/procurem.htm. Businesses interested in seeking teaming and/or subcontracting arrangements may register as an Interested Vendor for this solicitation. Businesses may also utilize the Small Business Administration's (SBA) SUB-Net bulletin board to post sources sought notices for teaming partners and subcontractors for solicitations and future contracts. More information on SBA's SUB-Net may be found at http://web.sba.gov/subnet/. To be eligible for an award, the contractor must be registered in the Central Contractor Registration (CCR) database and the Online Representations and Certification Application (ORCA). A contractor must register with the CCR at https://www.ccr.gov and ORCA at https://orca.bpn.gov, and have established Electronic Funds Transfer (EFT) capability. The North American Industry Classification System (NAICS) code for this requirement is 311511(Fluid Milk Manufacturing) which has a business size standard of 500 employees. Information about business size standard can be located at http://www.sba.gov/contractingopportunities/officials/size/index.html. This RFP will be available on the Federal Business Opportunities (FEDBIZOPPS) website at https://www.fbo.gov/ then search by solicitation number. Potential offerors are encouraged to use this website to obtain a copy of the RFP. DeCA commissaries are Government-owned facilities designed to operate similar to commercial retail supermarkets that provide food items and other merchandise for resale to the military and their families at a cost savings when compared to the same or similar products sold in the commercial retail markets. Questions or inquiries will be accepted by email at Savicsa.Robinson@deca.mil and must contain the following information: solicitation number, requestor's name and address, telephone number, and E-mail address. Any requests for business information not posted should be requested under Freedom of Information Act (FOIA) guidance. *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-DOMS2/HDEC02-11-R-0006/listing.html)
 
Place of Performance
Address: DeDA Locations Worldwide, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN02478109-W 20110623/110621234650-b8638b57890587c42d4ff939f2b902a0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.