COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4, 2001 PSA #2990
SOLICITATIONS
89 -- FREEZE DRIED FOODS
- Notice Date
- November 30, 2001
- Contracting Office
- Federal Emergency Management Agency, Office of Financial Management, MWEAC Satellite Procurement Office, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
- ZIP Code
- 20135
- Solicitation Number
- EMV-2002-RQ-0004
- Response Due
- December 17, 2001
- Point of Contact
- Sandra Nixon, Contract Specialist, Phone (540) 542-2303, Fax (540) 542-2632, Email sandra.nixon@fema.gov -- Sandra Nixon, Contract Specialist, Phone (540) 542-2303, Fax (540) 542-2632, Email sandra.nixon@fema.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and issued under the authority of FAR Subpart 13.5"Test Program for Certain Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. EMV-2002-RQ-0004, issued as a Request for Quotation (RFQ) is for the purchase of various freeze dried foods provided in vacuum-sealed #10 Cans. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Regulation dated September 2001. This procurement is restricted as a small business set-aside, NAICS Code 311423/small business size standard is 500. Only one award will result from this solicitation via the issuance of a firm-fixed-price simplified acquisition order or a credit card award. Items are req'd to be delivered, FOB Destination, to FEMA, Mt. Weather Distribution Center, Bluemont, VA 20135, which is also the place of inspection & acceptance. The Mt. Weather Distribution Center will be used as the central delivery point for final distribution. Gov't desires delivery w/n 3-4 wks after receipt of order. The following items are to be provided in vacuum-sealed #10 cans, packed 6 cans per case: ITEM 1. 30 Cases of Rice & Chicken/8-1 cup servings/can; ITEM 2. 30 Cases of Spaghetti w/Meat & Sauce/10-1 cup servings/can; ITEM 3. 30 Cases of Hearty Stew w/Beef/17-1 cup servings/can; ITEM 4. 30 Cases of Beef Stroganoff/10-1 cup servings/can; ITEM 5. 30 Cases of Chili Mac w/Beef/10-1 cup servings/can; ITEM 6. 30 Cases of Beef Teriyaki w/Rice/11-1 cup servings/can; ITEM 7. 30 Cases of Chicken Teriyaki w/Rice/ 9-1 cup servings/can; ITEM 8. 30 Cases of Lasagna w/Meat & Sauce/10-1 cup servings/can; ITEM 9. 30 Cases of Noodles & Chicken/16-1 cup servings/can; ITEM 10. Sweet & Sour Pork w/Rice/10-1 cup servings/can; ITEM 11. 30 Cases of Turkey Tetrazzini/10-1 cup servings/can; ITEM 12. 30 Cases of Pasta Primavera (Vegetarian)/15-1 cup servings/can; ITEM 13. 30 Cases of Oriental-Style Spicy Chicken & Vegetables/10-1 cup servings/can; ITEM 14. 10 Cases of Seafood Chowder/17-1 cup servings/can; ITEM 15. 50 Cases of Western Omelette/17-2/3 cup servings/can; ITEM 16. 50 Cases of Precooked Eggs w/Bacon/20-1/2 cup servings/can; ITEM 17. 40 Cases of Granola w/Blueberries & Milk/27-1/2 cup servings/can; ITEM 18. 40 Cases of Instant White Rice/ 24-3/4 cup servings/can; ITEM 19. 50 Cases of Garden Green Peas/22-1/2 cup servings/can; ITEM 20. 50 Cases of Green Beans/20-1/2 cup servings/can; ITEM 21. 50 Cases of Corn/22-1/2 cup servings/can; ITEM 22. 10 Cases of Pilot Crackers/70 crackers/can; ITEM 23. 10 Cases of Nut Chocolate LURPS/47-1/4 cup servings/can; ITEM 24. 25 Cases of Raspberry Crumble/12-1/2 cup servings/can; ITEM 25. 25 Cases of Blueberry Cheesecake/12-1/2 cup servings/can. MANDATORY Requirements: Successful Contractor must be a small business concern based on the small business size standard identified above, must be capable of providing all the above items, in the stated quantities, and must be capable of shipping the items to the specified destination w/n 3-4 wks of receipt of award. Items must be provided in #10 vacuum-sealed cans. NONMANDATORY criteria: Offerors may submit products similar to the item descriptions shown above. EVALUATION: The Gov't will make award to the responsible offeror whose offer conforming to the stated requirements will be most advantageous to the Gov't, price & other factors (i.e., past performance, quality, the ability to provide all the stated quantities w/n the specified time period considered). Technical is of greater importance when compared to price, therefore, the Gov't will utilize Best Value procedures according to FAR Subpart 13.106 in making the award. Failure to meet any one of the mandatory criteria will eliminate that particular proposed product from further consideration. NONMANDATORY criteria will be evaluated as does not meet, partially meets, meets, or exceeds. For firms meeting all mandatory requirements, a qualitative determination of nonmandatory items will be made. A best value determination will then be made based on: (a) nonmandatory items, (b) past performance, and (c) price. Nonmandatory items and past performance are considered to be of equal technical value. Offerors are to submit, as part of their response, three recent sources that can verify past performance of similar items of comparable dollar value (include current point of contact and telephone number of each source). Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications -- Commercial Items" w/their response. The following FAR clauses also apply: 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," 52.222-21 "Prohibition of Segregated Facilities," 52.222-26 "Equal Opportunity," 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era," 52.222-19 "Child Labor -- Cooperation with Authorities and Remedies," and 52.225-1 "Buy American Act -- Balance of Payments Program -- Supplies," 52.232-34 "Payment by Electronic Funds Transfer -- Other than Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far. Due date for receipt of responses to this RFQ will be COB (4:00 PM, EST) 12-17-2002 to FEMA, MWEAC, 19844 Blue Ridge Mountain Rd., Bluemont, VA 20135, ATTN: Ms. Sandi Nixon, Bldg. 413. RFI's regarding this RFQ are to be addressed to Ms. Nixon at PHONE 540/542-2303, FAX 540/542-2632. Technical and/or administrative questions must be received by Ms. Nixon NLT 5 business days following the publication date of this notice and may be fax'd to the number shown above or sent via electronic mail to sandra.nixon@ fema.gov. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. See Numbered Note 1. =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/FEMA/OFM/MWEAC/EMV-2002-RQ-0004/listing.html)
- Record
- Loren Data Corp. 20011204/89SOL001.HTM (D-334 SN5140U4)
| 89 - Subsistence (Food) Index
|
Issue Index |
Created on November 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|