Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

89 -- Base Notice: Fresh Fruit and Vegetables (FF&V) For DOD and Non-DOD USDA Customers in Southern Nevada SPE30018-R-0015 - Package #1

Notice Date
4/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food 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
spe30018r0015
 
Archive Date
5/10/2018
 
Point of Contact
Stephanie Milstein, Phone: 2157373674, Kimberly Hartzell, Phone: 2157372435
 
E-Mail Address
stephanie.milstein@dla.mil, kimberly.hartzell@dla.mil
(stephanie.milstein@dla.mil, kimberly.hartzell@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 to Amendment 0001 (FAR 52.212-3) Attachment 1 to Amendment 0001 (updated DD Form 1449) Amendment SPE300-18-R-00150001 to Solicitation SPE300-18-R-0015 Attachment 06 QSMV & Quality Audits Attachment 05 Delivery Schedule Attachment 04 FFAVORS Web Vendor Manual Attachment 03 STORES and EDI Requirements Attachment 02 Produce Request Form Attachment 01 Schedule of Items Solicitation SPE300-18-R-0015 The DLA Troop Support intends to solicit for a full-line of produce support for DOD (troops) and Non-DoD (USDA School) customers located in the Southern Nevada Zone. This solicitation will be issued as a 100% set aside for small business concerns. The total length of the contract will be four and a half (4.5) years. It contains three tiers of eighteen (18) months periods. The estimated maximum dollar amount is $37,500,000.00. The delivery points require indefinite quantities of Fresh Fruit and Vegetables throughout the term of the contract. A more detailed listing of the delivery sites can be found in the solicitation. All responsible sources may submit proposals that will be considered by DLA Troop Support. The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Lowest Price Technically Acceptable (LPTA) source selection procedures will be used as the source selection method in this procurement. The following factors shall be used to evaluate offers: 1. Technical Acceptability - A technically acceptable offer is an offer that takes no exceptions to the terms and conditions in the solicitation and complies fully with all submission requirements, including submissions relating to the two sub-factors listed below. A proposal that is deemed technically unacceptable may be removed by the Contracting Officer from further consideration for the award. By submitting a proposal with no exceptions, an offeror is confirming it possesses the necessary facilities, equipment, technical skills and capacity to successfully provide all items required by this solicitation. The following sub-factors will be evaluated and must be found acceptable for a proposal to be eligible for award: A. Perishable Agricultural Commodities Act (PACA) License - The offeror shall possess and submit proof of a valid current PACA license. B. USDA Good Agricultural Practices (GAP) and Good Handling Practices (GHP) Audit - The offeror shall submit a valid GAP/GHP audit report / certificate, covering various fresh fruits and vegetables, for each place of performance identified in the offeror's proposal. The audit report(s) must demonstrate that a passing score(s) was/were received. 2. Pricing - Pricing is required for all items found in the Schedule of Items (for each Group, if applicable) and for all tiers. Failure to offer pricing for all items and for all tiers may result in a proposal being removed from consideration for award as technically unacceptable. The Government will perform an aggregate price analysis on all items found in the Schedule of Items (for each Group, if applicable). To determine an offeror's Evaluated Aggregate Price, the Weighted Aggregate Distribution Price will be added to the Aggregate Delivered Price. The award(s) will be made on the basis of the lowest Evaluated Aggregate Price (for each Group, if applicable) of proposals meeting or exceeding the acceptability standards for non-price factors. The Government reserves the right to remove item(s) from the Schedule of Items or do a common item comparison if offerors do not submit pricing for all items. Prior to award, the offered prices of the presumptive awardee(s) will be evaluated on an individual line-item basis to determine whether each price is fair and reasonable using analytical techniques deemed appropriate by the Contracting Officer in her/his complete discretion. •A. Price Components: 1. Weighted Aggregate Distribution Price: Aggregate Distribution Price is obtained by first multiplying the proposed distribution price for each item in the Schedule of Items by the item's estimated quantity to calculate the total distribution price for each item. Then, the total distribution prices of all items will be added together to determine the total distribution price for tier 1. The total distribution price for each subsequent tier will also be calculated. The total distribution prices for all tiers will be added together to determine the Aggregate Distribution Price. The Aggregate Distribution Price is then multiplied by a weighting factor of 6 to arrive at the Weighted Aggregate Distribution Price. Note: the weighting factor is applied only to the overall Aggregate Distribution Price (not on a line item basis), and is to be used for evaluation purposes only. The Government's use of a weighting factor of 6 for distribution pricing is done in order to more accurately balance the significance of the pricing components and their respective impact on any subsequent contract(s) issued under this solicitation. 2. Aggregate Delivered Price: The Aggregate Delivered Price is obtained by first multiplying the proposed delivered price of each item in the Schedule of Items by the item's estimated quantity to calculate the total delivered price for each item. Then, the total delivered prices of all items will be added together to determine the total delivered price for tier 1. The total delivered price for each subsequent tier will also be calculated. The total delivered prices for all tiers will be added together to determine the Aggregate Delivered Price. 3. Evaluated Aggregate Price: The Evaluated Aggregate Price is obtained by adding the Weighted Aggregate Distribution Price and Aggregate Delivered Price together. 4. For purposes of the Price Proposal Evaluation, Weighted Aggregate Distribution Price and Aggregate Delivered Price are considered equal. This equality is accounted for mathematically by applying a weighting factor of 6 (based on current Government data) to the Aggregate Distribution Price. See www.ams.usda.gov/services/auditing/gap-ghp/audit for details concerning program and certification. Copies of the solicitation will be found on the DLA-EBS Internet Bid Board System at https://www.dibbs.bsm.dla.mil. If not already registered, prospective offerors will be required to do so prior to viewing and downloading a copy of the solicitation. RFPs are in portable document format (PDF). In order to download and view these documents, prospective offerors will need the latest version of Adobe Acrobat Reader. This software is available free at http://adobe.com. Anticipated solicitation issue date: on or after March 15, 2018. This solicitation will be issued under FAR 15.101-2 Low Price Technically Acceptable (LPTA). The resultant award will be for an indefinite delivery contract, with a guaranteed minimum of 10% of the first 12 months of proposed contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-H/spe30018r0015/listing.html)
 
Place of Performance
Address: Nevada, United States
 
Record
SN04889549-W 20180415/180413230919-4c783a15c2a9210a32c42abc69f0864e (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.