Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2017 FBO #5546
SOLICITATION NOTICE

89 -- Fresh and Frozen Beef Products

Notice Date
1/27/2017
 
Notice Type
Presolicitation
 
NAICS
311611 — Animal (except Poultry) Slaughtering
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (MPR) (HDEC02), Building P11200, 1300 E Avenue, Fort Lee, Virginia, 23801-1800, United States
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC02-16-R-0005
 
Archive Date
6/27/2017
 
Point of Contact
James E Shults, Phone: (804) 734-8000, extension 48896, Kimberly A. Cooper, Phone: 804-734-8000 x48920
 
E-Mail Address
james.shults@deca.mil, kimberly.cooper@deca.mil
(james.shults@deca.mil, kimberly.cooper@deca.mil)
 
Small Business Set-Aside
N/A
 
Description
Description(s): Contractor is to furnish fresh and frozen beef products (primals/sub-primals, case ready, and offals) for the Defense Commissary Agency (DeCA) commissaries located within the Continental United States (CONUS) including Alaska and Hawaii. For the purpose of this solicitation, the following 77 DeCA West Area commissaries are grouped geographically into 10 groups: Group 1: (9 stores) Bangor NSB -WA; Bremerton NB - WA; Fairchild AFB - WA; Fort Lewis - WA; Malmstrom AFB - MT; McChord AFB - WA; Mountain Home AFB - ID; Smokey Point - WA; Whidbey Island NAS - WA. Group 2: (8 stores) Beale AFB - CA; Fallon NAS- NV; Hill AFB - UT; Lemoore NAS - CA; McClellan - CA; Moffett Field - CA; Ord Community - CA; Travis AFB - CA. Group 3: (11 stores) Barstow MCLB - CA; China Lake NAWS - CA; Davis-Monthan AFB - AZ; Edwards AFB - CA; Fort Huachuca - AZ; Fort Irwin - CA; Luke AFB - AZ; March ARB - CA; Nellis AFB - NV; Twentynine Palms MCAGCC - CA; Yuma MCAS - AZ Group 4: (7 stores) Camp Pendleton MCB - CA; Imperial Beach - CA; Los Angeles AFB - CA; Miramar MCAS - CA; Port Hueneme - CA; San Diego NB - CA; Vandenberg AFB - CA. Group 5: (11 stores) Corpus Christi NAS - TX; Dyess AFB - TX; Fort Hood 1 - TX; Fort Hood 2 - TX; Fort Sam Houston - TX; Fort Worth NASJRB - TX; Goodfellow AFB - TX; Kingsville NAS - TX; Lackland AFB - TX; Laughlin AFB - TX; Randolph AFB - TX. Group 6: (11 stores) Buckley AFB - CO; Ellsworth AFB - SD; F E Warren AFB - WY; Fort Carson - CO; Fort Leavenworth - KS; Fort Riley - KS; Grand Forks AFB - ND; Offutt AFB - NE; Minot AFB - ND; Peterson AFB - CO; USAF Academy - CO. Group 7: (11 stores) Altus AFB - OK; Cannon AFB - NM; Fort Bliss - TX; Fort Sill - OK; Holloman AFB - NM; Kirtland AFB - NM; McConnell AFB - KS; Sheppard AFB - TX; Tinker AFB - OK; Vance AFB - OK; White Sands MR - NM. Group 8: (4 stores) Hickam AFB - HI; Kaneohe Bay MCB - HI; Pearl Harbor NB - HI; Schofield Barracks - HI Group 9: (4 stores) Hickam AFB - HI; Kaneohe Bay MCB - HI; Pearl Harbor NB - HI; Schofield Barracks - HI Group 10: (5 stores) Anchorage Area - AK; Eielson AFB - AK; Fort Greely - AK; Fort Wainwright - AK; Kodiak - AK A single solicitation containing the ten (10) geographical groupings will be issued. The Government will award one or more contracts resulting from this solicitation based on evaluation using Best Value, Trade Off procedures. A Requirements Type Contract is contemplated with Firm Fixed Price with Special Factor pricing that will adjust the unit price weekly based on the market index (Weekly National Carlot Meat Report). The NAICS Code is 311611 for this requirement with a size standard of 1000 employees. The period of performance will be for a base period of 24 consecutive months, plus three 12-month option periods. This solicitation will be issued on an unrestricted basis. All offers from large business firms must submit an acceptable subcontracting plan with their offer. Offers received without an acceptable plan will not be considered for award. The Request for Proposal (RFP) will be released on or about March 27, 2017. Any small businesses interested in submitting a proposal package may seek assistance from your local Procurement Technical Assistance Center (PTAC) at https://www.sba.gov/ ; or the Small Business Administration (SBA) at http://www.dla.mil/HQ/SmallBusiness/PTAP. Businesses interested in seeking teaming and/or subcontracting arrangements may register as an Interested Vendor for this solicitation. Businesses may also utilize the SBA SUB-Net bulletin board to post sources sought notices for teaming partners and subcontractors for solicitations and future contracts. More information regarding SBA's SUB-Net may be found at http://web.sba.gov/subnet/. Questions or inquiries will be accepted by email and must contain the following information: solicitation number, the requestor's name, company name, address, telephone number, email address, business size, DUNS number, and CAGE code. The email address is James.Shults@deca.mil. Any requests for business information not posted should be requested under the Freedom of Information Act (FOIA) guidance. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be actively registered in the System for Award Management (SAM). Further information about SAM registration may be found on the Internet at https://www.sam.gov. All responsible sources may submit a proposal which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-DOMS2/HDEC02-16-R-0005/listing.html)
 
Place of Performance
Address: Various commissaries, Fort Lee, Virginia, 23801-1800, United States
Zip Code: 23801-1800
 
Record
SN04383282-W 20170129/170127234012-781bf156c0e6208cb2ba6483f90d89a7 (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.