Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2022 SAM #7464
MODIFICATION

89 -- Protein Health Supplements

Notice Date
5/6/2022 6:04:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
DLA TROOP SUPPORT INDO-PACIFIC JBPHH HI 96860-3520 USA
 
ZIP Code
96860-3520
 
Solicitation Number
SPE302-22-Q-S014
 
Response Due
6/10/2022 1:00:00 PM
 
Archive Date
06/15/2022
 
Point of Contact
Lori Winsinger, Phone: 8082843441, Andrew Grove, Phone: 8083417838
 
E-Mail Address
lori.winsinger@dla.mil, andrew.grove@dla.mil
(lori.winsinger@dla.mil, andrew.grove@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The DLA Troop Support Indo-Pacific intends to solicit for Protein Health Supplements for DoD Troop Customers located on the Island of Oahu, Hawaii Zone.� This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in�subpart 12.6, 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.� This requirement is being solicited using FAR 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services. SOLICITATION No. SPE302-22-Q-S014, this solicitation is issued as Request for Quote (RFQ) The DLA Troop Support Indo-Pacific intends to solicit for Protein Health Supplements for DoD Troop Customers located on the Island of Oahu, Hawaii Zone.� This is a TOTAL SMALL BUSINESS SET-ASIDE acquisition.� NAICS code 311999. 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 Period of Performance will be 1 July 2022 � 30 June 2027 for a total of five (5) years. The Ship to Address for Hawaii: R55638 Supply Officer NSWG-3 455 Hornet Ave, Bldg. 55 �Ford Island� JBPHH, HI 96818 The required delivery date is:�As Needed. Vendor needs to deliver ordered items within 72 hours upon Vendor's receipt of order. FOB Destination The Total Estimated Value is $250,000.00. A list of line items � See attachment 1 Schedule of Items FAR Provision�52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition Addendum to 52.212-1 Instructions to Offerors �Commercial Products and Commercial Services Proposal Submission: Each offeror must submit: (1) A signed copy of cover letter (2) Attachment 2 with proposed prices (Excel Spreadsheet � Schedule Items) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Questions pertaining to this solicitation shall be submitted in writing, no later than 8:00 a.m. Hawaii Standard Time (HST), 3 June 2022. PROPOSALS ARE DUE NO LATER THAN 10 AM. HST, 10 June 2022. Please email proposal to lori.winsinger@dla.mil and andrew.grove@dla.mil. It is the offeror's responsibility to confirm receipt of proposal. Points of Contact: - Lori Winsinger - email: lori.winsinger@dla.mil - Andrew Grove - email: andrew.grove@dla.mil Limit the file size of any individual email attachment to 5MB, and the total size of any email to 10MB. Multiple email submissions may be required. If submitting multiple emails as a proposal submission, label each email with a number (e.g., 1 of 3, accordingly. After transmitting an email submission, offerors should confirm receipt of all emails with the intended recipients. Facsimile is not an acceptable form of transmission for submission of initial proposals or revisions to initial proposals submitted in response to this solicitation. As directed by the Contracting Officer, facsimile may be used during discussions/negotiations, if discussions/ negotiations are held, for proposal revisions, including Final Proposal Revisions FAR Provision�52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition ADDENDUM to FAR 52.212-2, Evaluation of Commercial Items (a)� The Government will award 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. A proposal that takes exception to solicitation terms and conditions or that fails to comply with all submission requirements may be deemed technically unacceptable and, thus, may be found ineligible, and removed from further consideration, for the awards. 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. ����� 2. �Pricing - Pricing is required for all items found in the Schedule of Items. Failure to offer pricing for all items may result in a proposal being removed from consideration for award as technically unacceptable. The Government will perform an aggregate price analysis for all items found in the Schedule of Items. �To determine an offeror's evaluated aggregate price, the estimated quantities in the Schedule of Items will be multiplied by the unit prices to determine the lowest aggregate price to the Government. Offered prices, on an individual line item basis, will be evaluated to determine fair and reasonableness. �The award will be made on the basis of the lowest Evaluated Aggregate Price 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. Past Performance will not be used as an evaluation factor for this solicitation because other technical evaluation factors are sufficient to ensure performance for the commercial items being procured.� Past performance will be considered in a determination of responsibility for the successful offeror prior to award.� (b) Options are not included in this solicitation. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate offers and award a contract without discussions with offerors.� Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint.� However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.� The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.� The resultant award will be for a Blanket Purchase Agreement (BPA) without a guaranteed minimum. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, applies to this acquisition FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services,�applies to this acquisition DFAR Clause 252.225-7012 Preference for Certain Domestic Commodities, applies to this acquisition
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6a1750c62da4b23acae1c998d09c8b6/view)
 
Place of Performance
Address: Honolulu, HI 96818, USA
Zip Code: 96818
Country: USA
 
Record
SN06319592-F 20220508/220506230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.