SOURCES SOUGHT
89 -- Sources Sought Crushed/Block Ice
- Notice Date
- 7/3/2013
- Notice Type
- Sources Sought
- NAICS
- 312113
— Ice Manufacturing
- Contracting Office
- MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-13-T-1066
- Response Due
- 7/9/2013
- Archive Date
- 9/1/2013
- Point of Contact
- Natalia Lerma, 915-569-8368
- E-Mail Address
-
MICC - Fort Bliss
(natalia.lerma@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NAICS 312113 Ice Manufacturing THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The Mission and Installation Contracting Command (MICC) Fort Bliss Texas, 1733 Pleasonton Road, El Paso, TX 79916 is issuing this Request for Information (RFI), in accordance with FAR 15.201(b). This is not a solicitation. This announcement does not constitute a Request For Quote (RFQ), Invitation For Bid (IFB), Request For Proposal (RFP), Request For Application (RFA) or an announcement of a solicitation nor does this announcement commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in responding to this sources sought; all costs associated with responding to this announcement will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. Any resultant solicitation, if any, will be released through Federal Business Opportunities at https://www.fbo.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. This sources sought is issued for the sole purpose of MICC Fort Bliss to conduct Market Research in accordance with FAR Part 10. Description of Requirement: The NAICS for this requirement is 312113, Ice Manufacturing, with a size standard of 500 employees. All interested businesses are encouraged to respond. The Directorate of Logistics (DOL) located at Fort Bliss, Texas is seeking information regarding the purchase and delivery of crushed ice and block ice to multiple locations in accordance with the Good Manufacturing Practices Regulations for Foods (Codes of Federal Regulation, Title 21, Chapter 1, Part 110). Deliveries are two sites located at Fort Bliss, Texas. The contractor will provide crushed ice (cubes no larger than one inch in diameter and delivered in twenty pound plastic bags) and block ice (blocks weighing ten pounds individually wrapped in plastic bags). Crushed ice shall be palletized on returnable pallets with 110 bags per pallet. Block ice shall be palletized on returnable pallets with 200 bags per pallet. The pallets will be securely shrunk wrapped and tied for easier accessibility in transporting and storing. Delivery location will be specified by each call. Ice will be off-loaded from the contractor's vehicle and placed in a designated area by government warehouse personnel. The ice will be manufactured from water that is pure, sanitary, and suitable for drinking purposes and shall comply with the publications listed in Exhibit 1. Ice shall be harvested, housed, handed and/or manufactured under sanitary conditions. In accordance with Army Regulation (AR) 40-657, Veterinary/Medical Food Inspection and Laboratory Service, suppliers facilities must be sanitarily inspected and approved for listing in VETCOM Circular 40-1, quote mark Worldwide Directory of Sanitarily Approved Food Establishments for Armed Forces Procurement quote mark prior to award of a contract. The agency responsible for approval for Armed Forces Procurement (CONUS) is Headquarter, U.S. Army Institute of Public Health (AIPH), Aberdeen Proving Ground, Maryland. Anticipated period of performance is base year with four (4) option years. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 7 pages in length, 12 point font minimum) demonstrating ability to deliver the supplies listed. This documentation must address, at a minimum, the following: 1.Company Profile to include: Company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding current small business size status under associated NAICS codes. 2.Capability statement demonstrating knowledge and ability to provide the required supplies. Capability statement must be sufficient to demonstrate performance directly related to the performance of the requirement. 3.What size bags are offered by your company? 4.Do you possess the capability to price by the pound versus by the bag? 5.How much ice can you deliver with a 24 hour notice? 48 hour notice? 72 hour notice? 6.Describe your recent and relevant contracts performed within the past three years for the same or similar supplies 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. 7.Are you currently on the Worldwide Directory of Sanitarily Approved Food Establishments for Armed Forces Procurement? If not, will you be requesting an initial sanitary inspection of your facility? 8.Would you be interested in becoming a BPA holder if BPA's were established? 9.This Sources Sought notice is being published with the intent to promote competition. Suggestions from industry regarding how competition may best be achieved are requested. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations. **NOTE: Please make sure to number your responses according to each question above** How to submit: Vendors capable of performing this effort are requested to furnish a complete response electronically to natalia.lerma.civ@mail.mil. All companies must be registered with System for Award Management (SAM) (https://www.sam.gov). Responses to this Sources Sought shall be submitted electronically by email to Natalia Lerma, Contract Specialist, at natalia.lerma.civ@us.army.mil. Responses shall be received no later than 8:00 a.m. MST on 9 July 2013. Classified material SHALL NOT be submitted. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release. This sources sought neither constitutes a Request for Quote or a Request for Proposal. This sources sought should not be construed as a commitment by the U.S. Government for any purpose. Submission of any information is response to this RFI is purely voluntary. The U.S. Government does not assume any financial responsibility for costs incurred. Proprietary information and trade secret, if any, must be clearly marked on all materials. All information received that is marked proprietary information will be handled accordingly. Please be advised that all submissions become MICC -Fort Bliss property and will not be returned nor will MICC- Fort Bliss confirm receipt of the RFI response. EXHIBIT 1 Public Health Service Drinking Water Standard, 1962; Safe Drinking Water Act, 1974 and Safe Drinking Water Act, 1996 (available through the Superintendent of Documents, Washington, DC). AR 40-5, Preventive Medicine, Chapter 1, Introduction.. AR 40-657, Veterinary/Medical Food Safety, Quality Assurance and Laboratory Service. DA PAM 40-11, Preventive Medicine, Chapter 4, Environmental Health
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a02a42cd02c5be0d48ca1c948606250b)
- Place of Performance
- Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Zip Code: 79916-6812
- Record
- SN03107007-W 20130705/130703234952-a02a42cd02c5be0d48ca1c948606250b (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 |