Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
MODIFICATION

89 -- Market Fresh Bread & Bakery Products for (U.S.) Department of Defense (DoD) Training Facilities, Big Island, in the State of Hawaii - Amendment 1

Notice Date
9/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
311812 — Commercial Bakeries
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support Pacific, 1025 Quincy Avenue, Suite 2000, Building 479 (2nd Floor), Pearl Harbor, Hawaii, 96860-4967, United States
 
ZIP Code
96860-4967
 
Solicitation Number
SPE302-18-R-0006
 
Response Due
10/1/2018 10:00:00 AM
 
Archive Date
10/16/2018
 
Point of Contact
Mickey W. Skiles, Phone: 8084742946, Amy Wong, Phone: 8084742944
 
E-Mail Address
mickey.skiles@dla.mil, amy.wong@dla.mil
(mickey.skiles@dla.mil, amy.wong@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached file to include the following: SF30 Amendment 0001 and Revised Statement of Work. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-08-30 13:37:59">Aug 30, 2018 1:37 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-09-12 18:34:38">Sep 12, 2018 6:34 pm Track Changes The DLA Troop Support intends to solicit for Bread and Bakery Products for Department of Defense (DoD) Training Facilities, Big Island, Hawaii. The solicitation will be advertised as 100% Small Business Set-Aside (NAICS Code 311812/size standard 1000). In accordance with 13 CFR 121.406(e ), if at least 50% of the estimated contract value of an acquisition for multiple items is composed of items that are manufactured by small business concerns, then a waiver of the non-manufacturer rule is not required. As such, for this acquisition, it is expected that items comprising at least 50% of the contract value will be manufactured by small business concerns. The resultant contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The length of the contract resulting from this solicitation will be for five years with four separate pricing tiers; the pricing will remain firm fixed for each pricing tier. The first pricing tier shall begin on the award start date and be for a 24 month period (December 9, 2018 - December 5, 2020). The second pricing tier shall be for the 12 month performance period (December 6, 2020- December 4, 2021). The third pricing tier shall be for the 12 month performance period (December 5, 2021- December 3, 2022). The fourth and final pricing tier shall be for the 12 month performance period (December 4, 2022- December 2, 2023). This solicitation will be issued under FAR 13 Subpart FAR 13.5 - Simplified Procedures for Certain Commercial Items and therefore will utilize simplified procedures for soliciting competition, evaluation, and award documentation and notification that comply with FAR 13.1. Award selection will be based on Low Price Technically Acceptable (LPTA). 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. Questions pertaining to this solicitation shall be submitted in writing, no later than 10:00 a.m. Hawaii Standard Time (HST), 6 September 2018. PROPOSALS ARE DUE NO LATER THAN 10:00 A.M. HST, 1 October 2018. Please email proposal to mickey.skiles@dla.mil and amy.wong@dla.mil. It is the offeror's responsibility to confirm receipt of proposal. Points of Contact - Mickey Skiles - email: mickey.skiles@dla.mil, phone #: (808) 474-2946 - Amy Wong - email: amy.wong@dla.mil, phone #: (808) 474-2944
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-P/SPE302-18-R-0006/listing.html)
 
Place of Performance
Address: Big Island, Hilo, Hawaii, United States
 
Record
SN05085082-W 20180914/180912230818-3e6ab9465c1ebf6e70621f6b971cdd56 (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.