Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2018 FBO #5993
SOLICITATION NOTICE

89 -- BPA - Rations for Michigan Army National Guard - Quote by Contractor - Unit Addresses

Notice Date
4/19/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, Michigan, 48906-2934, United States
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-18-Q-0033
 
Point of Contact
Bonnie L. Reineer, Phone: 5174817844, Shellawn M. Hickling, Phone: 5174817841
 
E-Mail Address
bonnie.l.reineer.civ@mail.mil, shellawn.m.hickling.civ@mail.mil
(bonnie.l.reineer.civ@mail.mil, shellawn.m.hickling.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
locations of units in MI which food may be delivered template of form to be used by contractor to submit a quote The Michigan National Guard is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A Blanket Purchase Agreement (BPA) will be established for perishable and non-perishable food for the Michigan Army National Guard. A BPA is not a binding contract but an agreement; thus prices must be set prior to any orders being placed against the BPA. Additionally, either party has the choice to terminate or re-negotiate an agreement provided a 30-day notification is given. BPAs period of performance is usually for a five-year period unless terminated by either party or the BPA Master dollar limit has been met. The government is looking for qualified companies to provide perishable and non-perishable food/subsistence to the Michigan Army National Guard. Blanket Purchase Agreements (BPA) will be established with three companies that are able to meet our requirements. These companies will be required to deliver food primarily to Camp Grayling in Grayling, Michigan but will also need to be able to fulfill the once-a-month requirement to the units in Michigan (see attachment Unit Addresses). Delivery dates will begin as early as June 1, 2018. If interested in establishing a BPA with the Michigan Army National Guard, please complete the attached Quote by Contractor. Prices should be as low as or lower than those charged to your most favored customers, including any discounts for prompt payment. The associated NAICS codes are found in subsector 311 - Food Manufacturing (NAICS 311991 and 311999). A sample of items are listed below which are purchased frequently and will be used as a representative of the reasonable pricing when evaluating the offers (these items are on the Quote by Contractor attachment). Other items will also be ordered but these are used frequently. Quote the Per Case Price Milk, White, ½ pint Milk, Chocolate, ½ pint Juice, Individual 16z Cereal, Individual 2.2 oz. box Breakfast Bar, Variety 1.38 oz. Mixed Fresh Fruit Yogurt, Individual 4 oz. Syrup, Individual 1.5 oz. Waffles, 1 oz. Muffins, Assorted Breadsticks 1.79 oz. Potatoes, Fresh, 1 lb. Tomato, Fresh 1 lb. Dressings (for salads), assorted individual 1.5z pks Cheese - Shredded Cheddar 1 lb. Eggs, Large, White 1 dozen Beef, Eye of Round, 10.16 lbs. Beef, Ground - 10 lb. Chicken Cordon Blue 6 oz. Meal - Ready-to-Eat box Potato Chips 1.5 oz bag Mixed Nuts 2.5 oz. Nuts - Cashews, 2.5 oz. Nuts - Almonds, 3 oz. Cookie Dough, Chocolate Chip 1 oz. (Use the attached template-quote by contractor to complete and email quote) APPLICABLE PROVISIONS AND CLAUSES The following clauses will be included in the award (details can be located on http://farsite.hill.af.mil): FAR: 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.222-3Convict Labor 52.222-19Child Labor-Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer System for Award Management 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.252-2Clauses Incorporated by Reference 52.252-6Authorized Deviations in Clauses 52.222-36Equal Opportunity for Workers with Disabilities DFARS: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea QUOTATION PREPARATION INSTRUCTIONS: (1)Contact/Company Information -point-of-contact name, address, e-mail, and telephone number -CAGE code and DUNS number -Contractor is required to be registered in www.sam.gov The contracting officer is not responsible for locating or obtaining any information not identified in the quote. Omission of missing information may render quote nonacceptable. (2)Pricing -Terms are Net 30 days. -Include any discounts for large quantities. -Quotes should include other deliverables: ---minimum delivery ---case minimum order if applicable ---can product be shipped in smaller units other than cases -delivery charges (FOB destination) (3)Technical information -Delivery times should be in the morning between 0730 and 1130. Other delivery times can be supported but will place undue hardship on both the receiving and the delivering vendor. -All items are subject to inspection upon delivery. Any time/temperature abused, rotten, or damaged items that do not meet ServSafe (National Restaurant Association) delivery requirements are subject to refusal. -All items that are refused will need to be replaced within a 24-hour turn-around time. The pricing shall remain unchanged from the original order. -Shelf Life:shelf stable products must be within the shelf life of a minimum of 30 days prior to expiration. Fresh products will have a shelf life of a minimum of 7 days. -Substitutions:If the requirement for an item is greater than the stock on hand for one item, the vendor may provide a like-item of equal or greater quality to fill the needs of the placed order. The cost for the substitution will not be greater than the cost of the initially ordered item. -Regular season:1 - 2 deliveries per month. During this season there are typically only inactive duty training periods which typically account for 2-8 days per month. This does not preclude the capability for completing active duty training, but it typically does not occur during the regular season. If winter training objectives become more prevalent, active duty training during this season may happen more frequently requiring additional deliveries to support training. -Peak season:2 - 3 deliveries per week are routine to support the amount of personnel on ground along with their requirements for active duty annual training which may last up to a month at a time, as well as inactive duty training which may be 2-8 days per month. The Government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the government based on best value. Best value will be based on the capabilities be determined by evaluating each quotation for lowest priced, satisfactory past performance, comparison with other offers, conforms to the technical information and meets all solicitation provisions. The Government may not consider quotes that fail to meet all of the requirements requested in this solicitation. Offers are due at 4:30 pm, Eastern Time on 14 May 2018. Email quotes directly to shellawn.m.hickling.civ@mail.mil or bonnie.l.reineer.civ@mail.mil. Questions are due by 4:30 pm, Eastern Time, 1 May 2018, and must be submitted via email. Questions will not be answered via telephone. It is the vendor's responsibility to monitor this site for any amendments. Questions received after or near cut off time for questions may be held and answered with the considered offerors that placed a quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-18-Q-0033/listing.html)
 
Place of Performance
Address: Camp Grayling, 2501 26TH ST BLDG 2900, Grayling, Michigan, 49839, United States
Zip Code: 49839
 
Record
SN04894868-W 20180421/180419230510-15348fbc609272d74d54d03a7fb618d7 (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.