Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2016 FBO #5217
SOLICITATION NOTICE

89 -- Bulk Grocery Supply - Package #1

Notice Date
3/4/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424410 — General Line Grocery Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-16-R-0002
 
Archive Date
4/22/2016
 
Point of Contact
Curtis.P.Clements, Phone: 6084277209
 
E-Mail Address
curtis.p.clements.mil@mail.mil
(curtis.p.clements.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Special Instructions Statement of Work Pricing Sheet Top 80 WIARNG 21 Day menu SF 1449 Solicitation This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W912J2-16-R-0002. The solicitation is issued as a Request for Proposal (RFP) from the United States Property and Fiscal Office for Wisconsin, Purchasing and Contracting Division, Camp Douglas, WI 54618. This is an Unrestricted purchase in accordance with FAR 19.502-2(b) (1) the principle NAICS is 424410, General Line Grocery Merchants. The Wisconsin Army National Guard (WIARNG) intends to establish a "State Competitive Food Contract" for the Wisconsin National Guard. Contract will provide for a base year with 4 option years to be exercised at the Government's discretion. Contract type shall be a Fixed Price/Indefinite Delivery/Indefinite Quantity. Resultant Contract will provide use for Wisconsin National Guard customers located throughout the entire state of WI. Award of proposed contract will be for the entire State of Wisconsin. Deliveries to Camp Dodge, IA and Camp Ripley, MN may be required if the WIARNG is conducting training at those locations. The award will be given to one Prime Full Line Food Service Distributor (hereinafter referred to as "The Vendor"). The Vendor is defined as a source that is capable of supplying all of the categories of items in this synopsis as well as the attached Statement of Work. All bidders should refer to the attached SF 1449 for all applicable provisions and clauses. Any vendor interested in obtaining an award from the WIARNG must be at the closing date of the solicitation, actively registered in the Systems for Award Management database (SAM) information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov or by calling 866-606-8220. Prospective vendors must also be actively registered with Wide Area Work Flow (WAWF) electronic invoicing system. http://wawf.eb.mil EVALUATION OF AWARD: The Government's intent is to award without discussions to the offeror that demonstrates the Lowest Priced Technically Acceptable Proposal. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer. To be considered Technically Acceptable, vendors/bidders must meet the following criteria. (See paragraph titled technical requirements). All conditions must be met by the closing date of this synopsis/solicitation. All vendors's must provide proof in writing that the following technical requirements have been met.   TECHNICAL CAPABILITY REQUIREMENTS- Offerors must show in writing the ability to meet the following requirements on the closing date of this solicitation. Failure to demonstrate the following will result in the vendor's bid being deemed non-responsive FAR 9.103, 9.104. 1. The Vendor shall accept orders via the internet between the hours of 7:00 AM and 5:00 PM, customer local time, Monday through Friday. Orders requiring next day delivery must be placed with the vendor no later than 3:30 P.M. customer local time. 2. To enhance the efficiency of use, the vendor is required to possess quick order options in an online ordering system, based on the attached Army National Guard 21 Day Menu. This quick order option should allow for the automated creation of an order template that includes appropriate products in proportional quantities based on the individual recipes of all food items on the 21 Day Menu. Additionally, this program shall allow for individual line item decreases. Proposals must provide the government a link or an email address to review the Vendor's online ordering system. (Paragraph 1(b) of SOW) 3. Vendor must possess an electronic tracking system in order for Vendor Customer Representative to provide the Customer an instant update of delivery time and/or location of order. PRICING- See the attached appendix 1 titled Top 80 Required items. Offerors will fill out the required pricing fields and submit with their proposal. If an offeror intends on charging separately for shipping, a flat rate must be quoted for in their proposal.   DELIVERY ORDERS will be issued on a quarterly basis at the beginning of each quarter shown in the CLIN structure below. with quarter one starting August 1st 2016 and quarter four ending July 31st 2017. Invoices will be consolidated into 12 monthly payments and submitted into WAWF. Pricing will coincide with appendix 1 of the SOW. Offerors will use Appendix 1 to submit pricing for their proposal. The POC for this will be SGT Kyle Edwards. kyle.w.edwards.mil@mail.mil or 608.242.3575. Delivery Order 0001 CLIN 0001 IDT (01AUG-30SEP 2016) CLIN 0002 AT (01AUG-30SEP 2016) Delivery Order 0002 CLIN 0003 IDT (01OCT-31DEC 2016) CLIN 0004 AT (01OCT-31DEC 2016) Delivery Order 0003 CLIN 0005 IDT (01JAN-31MAR 2017) CLIN 0006 AT (01JAN-31MAR 2017 Delivery Order 0004 CLIN 0007 IDT (01APR-31JUL 2017) CLIN 0008 AT (01APR-31JUL 2017) * Any unused funds associated with a delivery order will be de-obligated at the end of the PoP of each delivery order. * The preceding CLIN structure is the structure for the base period.(01AUG2016-31JUL2017) Any exercised option years will follow the same format. SHIPPING/DELIVERY- All deliveries will be FOB Destination, delivery locations are located in appendix 2 of the attached statement of work. If an offeror intends on charging separately for shipping, a flat rate must be quoted for in their proposal. Email any questions to curtis.p.clements.mil@mail.mil. Questions may be submitted up until 12:00PM CST March 23rd 2016. Answers will be provide and posted to http://www.fbo.gov by 3:00PM CST March 29th 2016. Answers may be provide at an earlier date if necessary. It is the interested Offeror's responsibility to check fbo.gov for updated information. Questions via Telephone will not be accepted. Responses to this announcement must be complete and include Signed SF 1449 - please ensure acknowledgement of all amendments. FAR 52.212-3, Offeror Representations and Certifications, all documents required to show technical capability, and a completed appendix 1 top 80 required items pricing sheet. Proposals are due by 12:00PM Central Standard Time (CST), April, 7th 2016. Proposals will be accepted by email at curtis.p.clements.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-16-R-0002 /listing.html)
 
Place of Performance
Address: Primary POC, 2400 Wright St, See Attachment for delivery locations, Madison, Wisconsin, 53704, United States
Zip Code: 53704
 
Record
SN04040070-W 20160306/160304234629-93d85d59c546208629a311f1096b59f4 (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.