Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOURCES SOUGHT

99 -- Sources Sought for Support of Delicatessen and Bakery Resale Operations

Notice Date
3/25/2009
 
Notice Type
Sources Sought
 
NAICS
445110 — Supermarkets and Other Grocery (except Convenience) Stores
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (PSMC) (HDEC02), Building P11200, 1300 E Avenue, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC02-09-R-0005
 
Point of Contact
Mark A. Funk,, Phone: (804) 734-8000 x8905, Phyllis A McGowan,, Phone: (804) 734-8000 48900
 
E-Mail Address
Mark.Funk@deca.mil, phyllis.mcgowan@deca.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a solicitation or request for proposals and no contract will be awarded from this synopsis. There is no solicitation, specifications or drawings available at this time. This synopsis is issued in accordance with the Federal Acquisition Regulation (FAR) Part 10. This Sources Sought Synopsis is to determine the availability of potential sources. The Defense Commissary Agency (DeCA) is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUB-Zone Small Businesses, and certified 8(a) Small Disadvantaged Businesses and/or Small Business with current relevant qualifications, experience, personnel and capability to perform this proposed project. This procurement is for the labor, management and assorted food products necessary to support delicatessen and bakery resale operations in U.S. military commissaries. The work will be located in 37 commissaries, organized in 7 clusters, in the Midwest and a portion of the Gulf Coast areas of the US. A complete listing of locations is below. The anticipated award(s) will be firm-fixed-price (FFP) contracts consisting of a 24 month base period, two 12 month option years and has the potential for additional award year incentives. Contract(s) awarded as a result of the future solicitation will be by cluster. Multiple clusters may be awarded to one contractor; however, the clusters will not be divided. All Service-Disabled Veteran-Owned Small Businesses, certified HUB-Zone Small Businesses, and certified 8(a) Small Disadvantaged Businesses and/or Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUB-Zone Small Business or Service Disabled Veteran Owned Small Business Set-aside and/or a Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in July 2009. The appropriate NAICS Code is 445110 with a size standard of $27 million (average annual receipts). It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a customer/Government Agency point of contact. (2) Company profile, to include number of employees, annual receipts, office location(s), DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUB-Zone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned and/or Small Business. The capabilities package for this sources sought synopsis is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this procurement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist DeCA in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Synopsis shall be mailed to the following address: Defense Commissary Agency, ATTN: PSCS/M. Funk, 1300 E. Ave., Fort Lee, VA 23801-1800. Responses must be received no later than 4:00 pm Eastern Time on April 9, 2009. Electronic submission will not be accepted. Questions regarding this sources sought synopsis may be addressed to Mark Funk at the above address, via email at mark.funk@deca.mil, or via phone at 804-734-8000, extension 48905. Cluster 1: Oklahoma: Altus AFB Fort Sill Sheppard AFB Tinker AFB Vance AFB Cluster 2: New Mexico: Cannon AFB Fort Bliss Holloman AFB Kirtland AFB White Sands MR Cluster 3: Colorado / Wyoming: Buckley AFB F. E. Warren AFB Fort Carson Peterson AFB USAF Academy Cluster 4: Upper Midwest: Ellsworth AFB Fort Leavenworth Fort Riley Grand Forks AFB McConnell AFB Minot AFB Offutt AFB Cluster 5: Alabama / Mississippi: Fort Rucker Gulfport NCBC Gunter AFB Keesler AFB Maxwell AFB New Orleans Redstone Arsenal Cluster 6: Arkansas, Louisiana, Mississippi, Tennessee: Barksdale AFB Columbus AFB Fort Polk Little Rock AFB Memphis NAS Cluster 7: Missouri / Illinois: Fort Leonard Wood Scott AFB Whiteman AFB
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9aa2e960244daebfb675ead8efa596cf&tab=core&_cview=1)
 
Place of Performance
Address: Thirty-seven DeCA Commissaries located in the Midwest and a portion of the Gulf Coast areas of the U.S., Fort Lee, Virginia, 23801-1800, United States
Zip Code: 23801-1800
 
Record
SN01777029-W 20090327/090325215227-9aa2e960244daebfb675ead8efa596cf (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.