Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

89 -- Bottled Water

Notice Date
9/1/2015
 
Notice Type
Presolicitation
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Subsistence, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE3SE15R0018
 
Point of Contact
Timothy B. Dlugokecki, Phone: 2157377445, Robin Novak, Phone: 215-737-8027
 
E-Mail Address
Timothy.Dlugokecki@dla.mil, Robin.Novak@dla.mil
(Timothy.Dlugokecki@dla.mil, Robin.Novak@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Subsistence Bottled Water National Contract Synopsis 31 August 2015 •1.0 Background The Defense Logistics Agency (DLA) Troop Support Directorate of Subsistence, through the Subsistence Prime Vendor (SPV) program, supplies bottled water in various sizes and packaging configurations to customers throughout the Continental United States (CONUS). Currently, SPVs distribute bottled water to satisfy customer requirements in the region covered by their respective contracts. The demand for bottled water typically increases in anticipation of and/or during a contingency event such as a natural disaster (hurricane or earthquake) and/or any other emergency situation within CONUS. The annual peacetime demand for this item is 250,000 cases of 24 count; 16.9 FL OZ/ (500 ml) of bottled Spring/Purified Water. Contingency events have the potential to more than double the peacetime (normal) requirement/demand with minimal lead time. •2.0 Objective & Scope DLA Troop Support Subsistence plans to award a national contract to a capable supplier(s) for cases of 16.9 oz. bottled water. This contract will cover peacetime distribution to all CONUS SPVs as well as any and all contingency requirements that may arise during the performance period of this contract. DLA Troop Support Subsistence is seeking a vendor(s)/with the capability to bottle and/or distribute product via national (ZONE 2) and /or regional distribution methods (Zone 1). This will be a FIVE year contract with ONE Base Year and FOUR Option Years. SPVs may be instructed via contract modification to their respective contracts, to order this item from the awardee(s). When a contingency requirement arises, the order may come from the local SPV or from DLA Troop Support. Delivery points for non-contingency requirements may be to the ordering SPV (CONUS). Delivery points for contingency requirements will be to any location within CONUS or directly to a CONUS SPV. The contract is for the management/guaranteed hold and distribution of 250,000 cases of 24 count 16.9oz ( 500ml) of spring/purified water for a total of 5 years including 1 Base Period (ONE Year) and 4 (ONE Year) Option Periods. The shelf life requirement shall be at least 50% of the date printed on the bottle or at least 6 months, whichever is greater. The bottled water shall be from an approved source that Listed on the Public Health Command's website for Products Produced in the Continental United States, The website is: http://vets.amedd.army.mil/86257B8D004A4B6C/PHC This will be a Lowest Price Technically Acceptable (LPTA) Contract and will utilize Reverse Auction tools to determine the awardee(s).The contract is for TWO ZONEs. ZONE ONE is restricted/ set-aside for small business for 20% of the demand or 50,000 cases in the geographic area of Montana, Wyoming, North Dakota, and South Dakota. The ZONE ONE offeror must have the capability of transporting and delivering the product to its final destination anywhere in Montana, Wyoming, North Dakota, and South Dakota within 48 hours of notification to do so. ZONE TWO is fully competitive/ unrestricted for the rest of the Continental United States for 80% of the demand or 200,000 cases. The ZONE TWO awardee must have the capability to surge up to 500,000 cases, if required. The offeror must have the capability of transporting and delivering the product to its final destination anywhere in the Continental United States within 48 hours of notification to do so. However, ZONE TWO is also the back-up for ZONE ONE if the awardee cannot perform for any reason. Offeror (s) must indicate the product cost per case, per period, as well as the distribution fee per case, per period (for each period; base and each of the four options if exercised. The product cost should be the same if the requirement is for peacetime or contingency. The offeror must discuss the company's Transportation/Distribution Network to include Direct Vendor Deliveries and the rate charge per day, per week and per month to leave the container/reefer at the delivery location. Delivery containers/reefers must weight out or cube out according to the recommended Maximum Gross Allowable Cargo Weights. The actual allowable cargo weight for any specific shipment may vary depending on the actual weight and configuration of the equipment being used for transport, and/or other limits imposed by federal, state or local authorities. For each ZONE, the offerors must indicate what the company's Management Fee would be for each yearly period by the case, however, the offeror will bill for and receive quarterly payments. The offeror must provide a sanitation management plan, as well. Vendors will need to respond within 14 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-H/SPE3SE15R0018/listing.html)
 
Place of Performance
Address: Continental United States (CONUS), Zone 1: geographic area of Montana, Wyoming, North Dakota, and South Dakota, Zone 2: balance of CONUS including Washington DC; back-up for Zone 1, United States
 
Record
SN03867038-W 20150903/150902000904-5bca3ee5677b1cff91d6fb33ca29fc3d (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.