SOLICITATION NOTICE
V -- FNS Storage and Distribution Services
- Notice Date
- 2/5/2025 5:17:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 4931
—
- Contracting Office
- USDA FNS ALEXANDRIA VA 22302 USA
- ZIP Code
- 22302
- Solicitation Number
- 12-3198-25-R-0010
- Response Due
- 3/14/2025 7:00:00 AM
- Archive Date
- 03/29/2025
- Point of Contact
- Tracy-Ann Thomas-Arthur, Monifa Coleman
- E-Mail Address
-
tracy-ann.thomas-arthur@usda.gov, Monifa.Coleman@usda.gov
(tracy-ann.thomas-arthur@usda.gov, Monifa.Coleman@usda.gov)
- Description
- **************************************************************** The purpose of Amendment: A00001 is to do the following: To provide questions and answers for the solicitation with Attachment labeled: �A00001 Questions and Answers.� The responses to the questions are incorporated by reference. To revise Attachment X Incentives and Penalties to remove the numbering and replace with attachment labeled, �X rev. Incentives and Penalties.� To remove in its entirety, Attachment K Performance Work Statement, Section 2.1 Project Management, fourth paragraph, �The Contractor shall ensure that all staff, subcontractors (if applicable), and drivers (to the maximum degree practicable) engaging directly (via phone, email, or in-person) with CSFP and FDPIR program staff undergo USDA�s Unconscious Bias annual virtual training. The Contractor shall provide an annual report to USDA documenting all staff that are required to participate in training and the date they completed it.� To remove in its entirety, Attachment K Performance Work Statement, Section 3.0 Deliverable/Schedule, Key Deliverables chart, �Virtual Cultural Competency Training, six (6) months from contract award, annually.� To remove Attachment K Performance Work Statement, Section 4.0 Government Furnished number 1 in its entirety, �1. Government Laptop with standard office software (Microsoft 365).� To revise Attachment K Performance Work Statement, Section 6.0 Training, Mandatory Contractor Training to read as follows: The Contractor must ensure their employees (including subcontractor personnel) complete the training course(s) listed below in the frequency identified. The Contractor must maintain records of course completion and provide them to the Contracting Officer or Contracting Officer Representative upon request. Course Name Frequency Method of Training Length of Training Completion Date (Once, Quarterly, Annually, etc.) Information Security Awareness Annually AgLearn 60 minutes 1 year since last completion date Section 508 Compliance Annually AgLearn 60 minutes 45 days after assignment USDA Records Management Annually AgLearn Or Paper-based 60 minutes 60 days after assignment 7. To change the solicitation Section E.5 Proposal Instructions, Proposal Due date to reflect the following: �Proposals Due: All Offerors shall submit a proposal via email to: SM.FN.CMD-Proposals@usda.gov, which will be considered if received by 10:00 AM, Eastern Standard Time (EST) on March 14, 2025.� ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ****************************************************************** This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.3 as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-02. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. The solicitation number for this acquisition is 12-3198-25-R-0010 and is being issued as a Request for Proposals (RFP). The NAICS Code for this solicitation is 493100 - Warehousing and Storage. The Small Business Size Standard is $34.0M. The requirement will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Type with Hybrid Task Order Contract Types to include the following: firm-fixed price (FFP), time and materials (T&M), and/or Labor Hour (LH). This requirement will be an Unrestricted Set-aside (Full and Open competition). Prospective Offerors are responsible for downloading the solicitation and any amendments from SAM.gov. The Government reserves the right to award a contract(s) without discussions if the Contracting Officer determines that the initial offer is providing the best value to the Government and discussions are not necessary. Brief Description of Services The United States Department of Agriculture (USDA), Food and Nutrition Service (FNS) has a requirement for storage and distribution Third-Party Logistics (3PL) solution services for the transportation, receipt, storage, and distribution of multi-temperature food products purchased by USDA in accordance with the Performance Work Statement (PWS) in Part D. The Contractor shall consider all requirements in performing the work described in the PWS, Part D. FNS intends to enter into up to two (2) IDIQ task order contract(s) to obtain storage and distribution third party logistic (3PL) solution services. The IDIQ(s) will consist of hybrid Task Order (TOs). The IDIQ contract(s) shall have a one (1)-year Base Period and four one (1)-year Option Periods. As the need for services covered by the contract arises, the Government will issue individual TOs to the Offeror(s) with all the necessary documentation of project requirements, under cover of a written request for proposals to perform the required Zoned Area Services. SEE ATTACHMENTS FOR REQUIREMENT DETAILED TERMS AND CONDITIONS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/acab33ba1d324d449d359552b171dd8e/view)
- Place of Performance
- Address: Alexandria, VA 22314, USA
- Zip Code: 22314
- Country: USA
- Zip Code: 22314
- Record
- SN07333328-F 20250207/250205230032 (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 |