Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2014 FBO #4467
SOLICITATION NOTICE

89 -- Massachusetts Army National Guard/Statewide Food Supply Services

Notice Date
2/14/2014
 
Notice Type
Presolicitation
 
NAICS
424410 — General Line Grocery Merchant Wholesalers
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-14-T-0008
 
Response Due
2/21/2014
 
Archive Date
4/15/2014
 
Point of Contact
Robert Clinton, (339)202-3810
 
E-Mail Address
USPFO for Massachusetts
(robert.j.clinton2.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The Massachusetts Army National Guard (MAARNG) - intends to issue solicitation W912SV-14-T-0008 to provide Statewide Food Supply at various Massachusetts locations. This solicitation will be a Full and Open quote mark Best Value quote mark competition consisting of a one (1) year basic period of performance with four option periods, FOB Destination. The contract type is a firm-fixed price Blanket Purchase Agreement (BPA) with firm-fixed unit prices. The MAARNG anticipates awarding to one (1) or multiple vendors. The award(s) will be made to the responsible offeror(s) who submits the most advantageous proposal to the Government. This solicitation will be distributed solely through the General Services Administration Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All responsible bidders may submit a bid, which will be considered. The North American Industrial Classification System (NAICS) code for this service is 424410. The Small Business Size Standard for NAICS code 424410 is one hundred (100) employees or less. The following Statement of Work (SOW) will apply to this BPA: STATEMENT OF WORK Massachusetts Army National Guard Statewide Food Supply Contract 1.The contractor will provide all personnel, labor, transportation, manifesting, and delivery of prepared food to the Massachusetts Army National Guard on a call basis from the designated COR or DCSLOG food service personnel. Delivery locations are located throughout Massachusetts. Units occasionally require subsistence at training areas in southern Vermont. 2.Abbreviations used in this Statement of Work: Massachusetts Army National GuardMAARNG United Sates Property and Fiscal OfficeUSPFO Deputy Chief of Staff For LogisticsDCSLOG Contracting Officer's RepresentativeCOR Point of ContactPOC Annual TrainingAT Inactive Duty TrainingIDT United States Department of AgricultureUSDA United States Department of CommerceUSDC Code of Federal RegulationsCFR Technical Bulletin- MedicalTB Med 530 Statement of WorkSOW 3.Contractor is to provide and deliver subsistence items, per the MAARNG Menu (Attachment 1) to various units in the MAARNG. Condiments will be ordered for each unit approximately monthly or as needed. The items, required quantities, required delivery dates and delivery locations will be listed in each delivery order. 4.Units normally require one monthly delivery to their armory locations. Occasionally additional deliveries will be required to either the armory or training site. 5.Each unit will have up to fifteen (15) AT days per year. Deliveries will be required three (3) to four (4) times per week during this time period. 6.Contractor will appoint in writing a single Point of Contact (and alternate) for administration and problem resolution on the contract and will provide copies of the appointment to the Contracting Officer. The Contracting Officer will appoint the COR and the DCSLOG food service personnel in writing and will provide copies of those appointments to the Contractor. Both parties will provide copies of new appointments within ten (10) calendar days of any changes. 7.DCSLOG Food Service Section personnel are the only personnel authorized to place an order with the Contractor. Preferred ordering method is a file transmitted by email. File contents include product numbers, quantities, and delivery locations, as well as other items required by the Contractor's System. Contractor will provide an alternate ordering method, i.e., phone or facsimile. 8.Ordering System a.No product substitutions will be acceptable unless authorized in writing by the State Food Service Technician, who will be appointed by the Contracting Officer's Representative (COR). b.Substitutions must be of equal or better quality than the original item ordered, at no additional cost to the MAARNG. c.Products shall be received in an acceptable condition upon delivery. The individual receiving the delivery shall sign the delivery truck ticket at the time of delivery. Discrepancies in quantities, damaged product, or perishables arriving in an inedible condition shall be annotated on the delivery ticket at the time of delivery. Items deemed inedible shall not be accepted by the State Food Service Technician. d.The driver will unload deliveries. e.Subcontracting is not authorized. 9.Contractor will provide an emergency order request procedure acceptable to the Contracting Officer in the event that food supply support is needed for unscheduled feeding requirements. The procedure must include a 24-hour point of contact, delivery procedures and additional costs to the MAARNG, if applicable. All standards stated in the SOW are applicable to emergency orders. 10.Pricing a.Pricing will be as low as or lower than those charged to the Contractor's most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. b.Prices will not include any Federal, State, or local taxes from which this agency of the Government is exempt. c.Food items not listed in the menus yet required during the resulting Contact period will be based on the vendor price list in the effect until changed by market conditions. 11.See Attachment 2 for current MAARNG delivery locations. The Government reserves the right to add locations (primarily within Massachusetts) as required. a.Assume IDT deliveries will be not later than Thursday of the week prior to the drill weekend. b.Units on Active Duty for Training (ADT), usually for a two-week period, will require deliveries every three (3) to four (4) days after initial delivery. 12.Acceptable Delivery Times a.IDT: Thursday, 9:00 a.m. to 2:00 p.m. b.AT: Monday- Friday, 7:00 a.m. to 3:00 p.m. c.Discrepancies (missing or incorrect item replacements) will be delivered between 9:00 a.m. to 2:00 p.m., no later than twenty-four (24) hours from the original delivery date/ time. d.Emergency orders will be delivered at a mutually agreeable day/time, established when the order is placed. e.Changes or deviations to the above delivery schedule must be approved by food service personnel at least twenty-four (24) hours prior to the requested change in schedule. 13.All subsistence items delivered will meet health and sanitization standards required by the USDA and the Massachusetts Department of Health. Items which are contaminated, spoiled, outdated, or damaged will not be accepted. Items not accepted must be replaced by the contractor within twenty-four (24) hours from the time of the original delivery, at no additional cost to the MAARNG. The delivery person will be considered the contractor's representative and must adhere to all requirements in the contract. 14.Dairy products shall have sufficient remaining shelf life commensurate with industry standard. Milk must have a minimum of seven (7) days remaining on the expiration date (as indicated on manufacturer's packaging). 15.All produce and produce items must meet all Federal, State, and local industry standards, regulations, grading, and guidelines governing growth, manufacturing, storage, packaging, distribution, and transport and must meet specifications outlined on the MAARNG Menu. Produce must be free from decay, rotting and/or deterioration such as to make it unfit for consumption. Products must be free from defects, with the exception of very slight superficial defects. Slight superficial defects are those, which do not affect the general appearance, quality and presentation in the packaging. All products must be clean and practically free of any visible foreign matter, free from pests and pest damage. In addition, all products must be free of abnormal external moisture, foreign smell and/or taste. 16.All meat, poultry, fish and seafood items must meet all USDA, Federal, State, Local industry standards, regulations, grading, and guidelines governing growth, manufacturing, storage, packaging, distribution and transport. All items must also meet the specifications outlined in the MAARNG Menu (Attachment 1). 17.Contractor shall develop and maintain a sanitation program to comply, at a minimum, with 21 CFR & 110; TB Med 530; USDA, Federal, State, and Local industry standards, regulations, and guidelines to ensure temperature, standards, sanitation, storage and warehousing practice for food are monitored and evaluated in accordance with accepted industry standards. Record of sanitary inspections by the contractor shall be maintained and made available to the contracting Officer upon written request. 18.Inspection and acceptance of items will be performed at each receiving facility. Each receiving official will be responsible for accepting or rejecting products. 19.Sanitary Inspection Requirement: Applicable food products ordered will originate either in an approved food establishments for Armed Forces Procurement or which has been inspected under the guidance of the USDA. 20.Shipping and Storage a.Subsistence Items requiring dry storage shall be shipped in a safe and sanitary manner. b.Subsistence Items requiring refrigeration shall be shipped and stored under refrigeration not exceeding forty (40) degrees Fahrenheit. c.Subsistence Items requiring frozen storage shall be shipped and stored under freezer conditions not exceeding zero (0) degrees Fahrenheit. No item will be accepted if there is any evidence of thawing. d.All fresh poultry items will be ice packed cartons. e.Frozen products will be wrapped in polyethylene wrapping. 21.Delivery Tickets/ Invoicing: Each delivery will be accompanied by the Contractor's delivery ticket/invoice. Two (2) copies, and original plus one, shall accompany the delivery. The receiving official shall sign all copies of the delivery ticket/invoice and keep one. The original will be retained by the Contractor. Any changes must be made on Credit Memos. 22.Contractor will accept the responsibility for tracking manufacturer rebates, usage reports and proof of performance upon direction of the Contracting officer or his authorized representative. 23.Extent of Obligation: The Government shall be obligated only to the extent of authorized purchases (orders) actually made against the resulting Contract. 24.Invoicing a.A summary invoice shall be submitted at least monthly or upon expiration of this contract, whichever occurs first, for all deliveries made during a billing period. The invoice will identify the delivery tickets contained therein, stating their total dollar value, and supported by receipted copies of the delivery tickets. Invoice shall include the contract number, contractor's address, phone number and point of contact. Invoice shall include a date and show the inclusive dates for the deliveries invoiced. b.The summary invoice will reference each delivery ticket by customer or account number. 25.Authorized Individuals: A notice of individuals authorized to purchase under the proposed IDIQ and the dollar limits will be given at the time of award. 26.Purchase Limitations: No individual order (invoice) under this proposed agreement shall exceed $1,000,000.00. 27. Non-food items ordered from the contractor must be invoiced separately. 28. Split Case Items Indicate if you will agree to split the cases to single units with no additional charge. YESNO If no, describe applicable surcharge: ______________ 29.Products and Food Specifics a.Vendor will provide Grade B (or better) canned vegetable and fruit, water-packed if available. b.Vendor will provide meats fresh, frozen meat product will be manufactured frozen. Meats will be Grade A standard. c.Vendor must provide a complete frozen or fresh line of bread. d.Vendor will provide fresh 2% fat white and chocolate milk, packed by the case. e.Vendor will provide a full-line of produce with pre-determined unit of measure cases. f.Ground beef will be 80% lean meat. (END OF STATEMENT OF WORK) All questions pertaining to this pre-solicitation notice must be received NLT COB February 21, 2014. All questions must be received in writing. Please send all questions to the primary and secondary points of contact stated below with a courtesy copy to the contracting officer. Vendors are prohibited from contacting any other personal other than those stated in this pre-solicitation notice. The solicitation will be available on or about February 28, 2014 The anticipated date for receipt of bids is on or about March 28, 2014 Deliveries will be made to various locations throughout the state of Massachusetts and occasionally at training areas in Southern Vermont. Contracting Office: MAARNG/USPFO 2 Randolph Road Hanscom AFB, MA 01731-3001 Primary Point of Contact: SGT Tyna Stevens Contracts Specialist E-Mail: tyna.m.stevens.mil@mail.mil Phone: (339) 202-3875 Fax: (339) 202-0018 Secondary Point of Contact: Robert Clinton Procurement Analyst II-A E-Mail: robert.j.clinton2.ctr@mail.mil Phone: (339) 202-3810 Fax: (339) 202-0018 Contracting Officer CW2 Erika Reinikainen-Rovinelli Contracting Officer E-Mail: erika.l.reinikainenrovinelli.mil@mail.mil Phone: (339) 202-8983
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-14-T-0008/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 2 Randolph Road Hanscom AFB MA
Zip Code: 01731-3001
 
Record
SN03289131-W 20140216/140214234012-27ca26aaf24898a57fb212fef5c96934 (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.