Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2002 FBO #0094
SOURCES SOUGHT

H -- Storage and Distribution

Notice Date
3/4/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Agriculture, Farm Service Agency, A - Kansas City Commodity Office, P.O. Box 419205 Mail Stop 8768, Kansas City, MO, 64141-6205
 
ZIP Code
64141-6205
 
Solicitation Number
FSA-R-001-02KC
 
Response Due
4/4/2002
 
Archive Date
4/4/2002
 
Point of Contact
Nancy Heintzelman, Chief, Procuremnt & Warehouse Branch, Phone 816-926-3036, Fax 816-823-4195, - Kathy Rifkin, Contract Specialist, Phone 816=926-2622, Fax 816-823-4195,
 
E-Mail Address
njheintzelman@kcc.usda.gov, kdrifkin@kcc.usda.gov
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: --H- - Potential Sources Sought OFFADD: Department of Agriculture, Farm Service Agency, Kansas City Commodity Office, Dairy and Domestic Operations Division, 6501 Beacon Drive, Stop 8718, Kansas City, MO 64133-4676 SUBJECT: -- SOURCES SOUGHT FOR COMMERCIAL STORAGE AND DISTRIBUTION FACILITIES SOL FSA-R-001-02KC POC Nancy J. Heintzelman, Chief, Procurement and Warehouse Branch, Dairy and Domestic Operations Division, Kansas City Commodity Office Phone 816-926-3036, Fax 816-823-4195, DESC: THIS IS A SOURCES SOUGHT ANNOUNCEMENT. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED COMMERCIAL STORAGE AND DISTRIBUTION FACILITIES AND THEIR SIZE CLASSIFICATIONS (HUBZONE 8(a), 8(a), HUBZONE, SMALL, SMALL DISADVANTAGED, NISH, BRAVO AND LARGE BUSINESS) RELATIVE TO NAICS CODE 493110. This code may be accessed at www.census.gov/naics. The United States Department of Agriculture (USDA), Farm Service Agency (FSA) is seeking a qualified source for a potential performance based commercial services contract to 1) receive and store commodities for multi-food shipments, 2) accept orders from entities via an internet based system, and 3) deliver the orders. This Sources Sought Announcement is issued for the purpose of conducting market research and allowing commercial storage and distribution facilities, herein known as facility, to provide comments, suggestions, and questions about the proposed contract. Additional information about our requirements, evaluation criteria, and how to submit proposals is provided at www.fsa.usda.gov/daco/pilotcontract.htm. All information submitted in response to this Sources Sought Announcement will be used for planning purposes only. All information contained in the Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. All information received will be considered as USDA develops the solicitation. This is not a formal solicitation, but a request for interested parties to provide information. NO SOLICITATION DOCUMENT EXISTS AND REQUESTS FOR SOLICITATION WILL BE IGNORED. FSA is seeking to establish and implement a performance-based commercial services contract within the southwest region of the United States with a facility to receive and store commodities purchased by USDA for a multifood shipments pilot program. This region includes the following states: Arkansas, Oklahoma, Texas, Louisiana and New Mexico. These shipments are delivered to recipients of federally mandated commodity feeding programs, as well as victims of natural disasters. The facility must be able to accept orders directly from these entities via an Internet based ordering, inventory, tracking and monitoring system. In addition, the facility will be responsible for logistics. Logistics include rating, routing and transportation. Delivery of these orders must be accomplished in full and less than truckload quantities, with a potential for dry, cooler and freezer in a single truck. The facility will also be required to provide information to USDA on orders, inventory levels, and other operations related to the performance of the above functions. Background Information: The Food Distribution Program on Indian Reservations (FDPIR), the Commodity Supplemental Food Program (CSFP) and the Emergency Food Assistance Program (TEFAP) are federally mandated food distribution programs. Approximately 24 million pounds are delivered annually to the Food and Nutrition Service's Southwest Region in multifood shipments. Multifood shipments are shipments containing a variety of commodities that can also have different temperature requirements. The multifood shipments for this Region go to approximately 28 different locations. Some of the larger delivery locations for multi-food shipments are Ada, Antlers, Okmulgee, Stroud, Tahlequah, and Watonga, OK and Dallas, TX. Multifood shipments will include primarily FDPIR and CSFP, with occasional shipments to other programs, such as TEFAP. The regulations for these programs may be found under the Code of Federal Regulations (CFR); FDPIR (7 CFR Part 253), CSFP (7 CFR Part 247) and TEFAP (7 CFR Part 251). The CFR may be accessed at www.access.gpo.gov/nara/cfr. FDPIR is a federal program that provides commodity foods to low income households, including the elderly living on Indian reservations, and to Native American families residing in designated areas near reservations. Many Native Americans participate in the FDPIR as an alternative to the Food Stamp Program, usually because they do not have easy access to food stores. The CSFP supplements the diets of low income, pregnant and breastfeeding women, other new mothers up to one year postpartum, infants, children up to age six, and elderly people at least 60 years of age. TEFAP is a federal program that helps supplement the diets of low income Americans, including elderly people, by providing them with emergency food and nutrition assistance at no cost, usually through food banks, which, in turn, distribute the food to soup kitchens and food pantries that directly serve the public. The commercial facility must have dry, cooler, and freezer capacity. The minimum space requirements are: Dry 30,000 sq. ft., Cooler 6,000 sq. ft., Freezer 3,000 sq. ft., and Staging 10,000 sq. ft. The facility must have the capability of maintaining a minimum two to three month supply of product averaging approximately 8.5 million pounds. The average number of outbound shipments is approximately 70 truckloads per month. A facility operator must have experience in electronic commerce and Internet ordering capability and experience in providing distribution, pick and pack, and consolidation service, including assembly and staging of imminent scheduled shipments. Pick and pack capability is specialized for these programs in that multi-food shipments can include multiple commodities on each pallet, as well as dry, freezer and cooler commodities on the same truck. To participate, the facility operator must have either freight forwarder or common carrier authority from the Federal Highway Administration. As part of obtaining appropriate operating authority, the facility operator will also be required to comply with, at a minimum, 49 CFR 366, Designation of Process Agent, and 49 CFR 387, Minimum Levels of Financial Responsibility for Motor Carriers. Written responses shall be mailed to the attention of Nancy Heintzelman, Chief, Procurement and Warehouse Branch, Dairy and Domestic Operations Division, Kansas City Commodity Office, Stop 8718, P.O. Box 419205, Kansas City, MO 64141-6205, Telephone: 816-926-3036. These responses must be received no later than 30 days after publication of this notice. EMAILADD: njheintzelman@kcc.fsa.usda.gov. LINKDESC: Information regarding the requirements, evaluation criteria and how to submit proposals is available on the Internet web site http://www.fsa.usda.gov/daco/pilotcontract.htm.
 
Record
SN00034971-W 20020306/020304213054 (fbodaily.com)
 
Source
FedBizOpps.gov 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.