SOLICITATION NOTICE
89 -- full-line of food and beverage items required for garrison feeding
- Notice Date
- 5/24/2011
- Notice Type
- Presolicitation
- NAICS
- 424410
— General Line Grocery Merchant Wholesalers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Subsistence, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM300-11-R-0001
- Point of Contact
- Susan Bennett-Minniti, Phone: 2157375891, Margaret Conforto, Phone: 2157372871
- E-Mail Address
-
Susan.Bennett-Minniti@dla.mil, Margaret.Conforto@dla.mil
(Susan.Bennett-Minniti@dla.mil, Margaret.Conforto@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Logistics Agency, Troop Support, Subsistence Directorate intends to solicit for Prime Vendor support for two zones for the North Carolina and South Carolina area. The Prime Vendor will furnish a full-line of food and beverage items required for garrison feeding. In addition, the Prime Vendor may also be requested to provide related non-food items to certain customers. Support for Zone 1 - North Carolina customers - Fort Bragg, Seymour Johnson AFB, Camp LeJeune, Naval Hospital Camp LeJeune, MCAS Cherry Point, Cherry Point Naval Hospital, Moorehead City Port Terminal, MEF (Marine Expeditionary Forces),Navy Ships, Coast guard ships and ANG (Air National Guard) for various quantities of Subsistence items from the 8900 Federal catalog or their commercial equivalents. The total estimated dollar value of the requirement for North Carolina is $ 99,288,946.50. Support for Zone 2 - South Carolina customers - Ft. Jackson, Parris Island/Marine Air/Beaufort Hosp, Goose Creek, Charleston AFB/Charleston Nav. weapons, Shaw AFB, Navy ships, NOAA ships and USCG ships for various quantities of Subsistence items from the 8900 Federal catalog or their commercial equivalents. The total estimated dollar value of the requirement for South Carolina is $ 173,365,132.50. The Total estimated dollar value of the requirements for support of North Carolina and South Carolina is $ 272,654,079.00. An implementation period of approximately two (2) months (or 60 days) shall be allowed under the resultant contract. Items will be delivered after this implementation period through 12 months thereafter with (2) two option periods of 12 months. The effective period for the base term of the contract is from the award date through 14 months thereafter. (Note: there will be a 2 month (60 day) implementation period upon award followed by the 12 month performance period.) This is an unrestricted acquisition. Customers will be provided delivery on a "just in time" basis. All responsible sources may submit a proposal which will be considered by this agency. A contract will be awarded to a prime vendor using the Lowest Price Technically Acceptable procedures. Offerors MUST be able to interface with the Government's established translation package and support Electronic Data Interchange transaction sets listed in the solicitation. The Request for Proposal (RFP) will be posted on the DLA-BSM DIBBS website. The website can be found at https://www.dibbs.bsm.dla.mil/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-H/SPM300-11-R-0001/listing.html)
- Place of Performance
- Address: North Carolina and South Carolina area, United States
- Record
- SN02455177-W 20110526/110524234255-dd1a6f5e11e16564a5391510b5336ada (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 |