Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOLICITATION NOTICE

89 -- Request for Information (RFI) for a Subsistence Prime Vendor Platform at US Naval Station Guantanamo Bay, Cuba

Notice Date
12/13/2011
 
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
SPM300SUBSGTMO
 
Archive Date
1/21/2012
 
Point of Contact
Joseph Hauser, Phone: 2157378066, Kenneth E. ODonnell, Phone: 215-737-5896
 
E-Mail Address
joseph.hauser@dla.mil, Kenneth.ODonnell@dla.mil
(joseph.hauser@dla.mil, Kenneth.ODonnell@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Dear Valued Suppliers: This is a Request for Information (RFI) in accordance with FAR 15.201(e). It is not a request for proposal and does not constitute a solicitation. No proposals or unsolicited proposals will be accepted. All information received in response, however, will be handled as Proprietary Information in the same manner as an offer. The Government will not pay for any information received under or associated with this RFI. Any expenses associated with a response are the sole responsibility of the responder. Responses will not be returned. Any pricing or cost information received will be non-binding and used for informational purposes only. Failure to respond will not in any way prevent a potential offeror from participation in future solicitations. The purpose of this RFI is to seek the input of DLA Troop Support's commercial industry partners, therefore participation is encouraged. All information provided will be given consideration and may influence the development of future proposal requests. DLA Troop Support Subsistence Prime Vendor Program is interested in your comments regarding the establishment (via a competed solicitation) of a subsistence prime vendor foodservice distributor presence at the US Naval Station Guantanamo Bay, Cuba ("GTMO"). Specifically, the requirement would be for a foodservice distributor to establish a semi-permanent base of operations at GTMO, to last for the length of the contract (up to five years). The purpose of this contractor presence would be to manage its commercial food inventory for delivery to the military and DoD customers at GTMO, utilizing existing government warehouse facilities. Presently, commercial food products are supplied to GTMO by barge via Jacksonville, FL. The government takes possession at the port and the product is stored and managed by military personnel at GTMO. In future, this approach may change so that a prime vendor contractor would receive its own product (after transportation from CONUS) store it, manage inventory, fill orders and deliver product to the end users. Orders are to be filled at a minimum 98% fill rate. The estimated annual dollar value of sales based on recent usage is $7 million. A Contracting Officer Representative (COR) would also be onsite at GTMO to oversee the contract. Relevant facts: Stock Assortment: Items to be stored and managed would consist of commercial subsistence items to support a Navy Master Load List (MLL) tailored to the requirements of the GTMO customers. Current number of line items on the Subsistence Total Order and Receipt Electronic System (STORES) is 275. No cleaning or chemical items. No special packaging or marking required. In addition to the normal full-line prime vendor subsistence items, GTMO also uses other items which are considered Government Furnished Property (GFM). These items include Fresh Fruits and Vegetables (FFV), UHT milk, frozen bread, Meals Ready to Eat (MRE's) and Ration items. These items would continue to be procured by DLA Troop Support from third party commercial sources, and transported to GTMO via barge from Florida or via airlift from Norfolk, VA. The prime vendor would be responsible for receiving items, managing the inventory, and filling orders for these items. Ordering/Receipting: Orders and receipts are sent through STORES, the same as other prime vendor contracts. Customer profile: There are five major customers which includes USN and USCG ships. All are located within a 3 mile radius. The ships customers are a summary of several independent ships. Deliveries are made on a skip-day basis (ex: order Monday for Wednesday delivery). Deliveries are scheduled on Mondays, Wednesdays and Fridays with limited weekend deliveries based on Fleet operational schedule. In 2010 there were deliveries made on 278 days (generally not on weekends) with an average of 68 line items ordered per day. In 2011, through 30 September, there were deliveries made on 197 days with an average of 58 line items ordered per day. Warehouse facilities: Condition: fair Dry space: 34,320 sq feet & 3,625 sq feet (497 pallets) Freezer space: 26,904 sq feet (230 pallets) & 24,000 sq feet (200 pallets) Chill space: 1,620 sq feet (50 pallets) Loading dock: shared facilities Electrical outlets/lighting: The warehouse facilities include sufficient electrical outlets and lighting. Exterior reefer plugs for 22 reefer units. Utilities: The Government would provide and pay for utilities (electricity, fresh water, toilet facilities, sewer, local telephone service) required for the performance of the contract. Warehouse maintenance: For minor day to day maintenance (except as stated below), the prime vendor would be responsible for maintaining the general cleanliness of the facilities including the surrounding grounds. The US Government maintains separate contracts for trash/custodial services and regular grounds maintenance such as grass cutting and landscaping. The US Government is also responsible for major structural maintenance. However, the prime vendor would be liable for the cost of maintenance/repairs as a result of damage caused by the prime vendor's negligence or misuse. Capital improvements: Any modification or alteration to the government facilities desired by the prime vendor would be required to be submitted in writing to and approved in advance by the Contracting Officer Representative (COR). All approved modifications would be paid for by the prime vendor, and would remain the property of the US Government after completion of the contract. Security: Adequate security and fire protection for the warehouse facilities exists, and the base is appropriately secure. Labor: Providing the personnel to perform the work necessary for the contract would be the responsibility of the prime vendor. All contractor employees and are required to be US citizens and subject to mandatory clearance procedures and approval. Housing facilities for contractor personnel are available. Dependents are authorized and DoD schools are available for a fee of approximately $20K per student per year. Equipment: Equipment for use in the warehouse, including forklifts, would be provided by the prime vendor. Three to four forklifts would be required. RFID scanners are not included in the warehouse. Delivery vehicles: Delivery vehicles would be provided by the prime vendor. Vehicles may be barged to GTMO at a current cost of $405 per metric ton. Fuel: Prime vendor is responsible for purchasing fuel. Fuel is available for purchase for both business and personal use from the US Government, at existing gas stations at GTMO. Given the information provided above, please share your ideas on the feasibility of this initiative. We encourage your participation. Your written comments, suggestions and ideas regarding this proposal will be treated as confidential and for Government use only. Please provide your responses via mail or email, by 6 January 2012 at 3:00 p.m. EST to the following email or physical address: DLA Troop Support Philadelphia Directorate of Subsistence/Prime Vendor CONUS ATTN: FTAA/Joseph Hauser/Contracting Officer joseph.hauser@dla.mil 700 Robbins Ave Philadelphia, PA 19111
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-H/SPM300SUBSGTMO/listing.html)
 
Record
SN02638119-W 20111215/111213234308-82f318de8ff183abb53975a1c2574b8a (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.