Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2013 FBO #4141
SOLICITATION NOTICE

89 -- Fresh, Shell-Protected Eggs

Notice Date
3/25/2013
 
Notice Type
Presolicitation
 
NAICS
112310 — Chicken Egg Production
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (MPR) (HDEC02), Building P11200, 1300 E Avenue, Fort Lee, Virginia, 23801-1800, United States
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC02-13-R-0003
 
Archive Date
8/21/2013
 
Point of Contact
Raffaele Iocco, Phone: 804-734-8000 x86048, Kimberly A. Cooper, Phone: 804-734-8000 x48920
 
E-Mail Address
rafaele.iocco@deca.mil, kimberly.cooper@deca.mil
(rafaele.iocco@deca.mil, kimberly.cooper@deca.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor is to furnish fresh, shell-protected eggs for commissaries located in the East and Central Areas for the Defense Commissary Agency. The commissaries require various quantities of jumbo, extra large, large, medium, fresh, shell-protected eggs in white and brown. For the purpose of this solicitation, the 67 commissaries in these regions are grouped geographically into 10 groups. The East and Central Areas include the following commissary locations: Group 1: Hanscom AFB-MA; Ft. Hamilton, Mitchel Field, Saratoga Springs, West Point, Ft. Drum-NY; New London-CT; Bangor ANGB-ME; Tobyhanna-PA; Newport NS-RI; Portsmouth NSY-NH Group 2: Picatinny Arsenal, Lakehurst NAES, McGuire AFB-NJ; Carlisle Barracks, C.E. Kelly SF-PA; Dover AFB-DE; Aberdeen PG, Ft. Detrick-MD Group 3: Patuxent River NAS, Forest Glen, Andrews AFB, Annapolis, Ft. Meade-MD; Bolling AFB-DC; Ft. Belvoir, Ft. Myer, Quantico MCB, Dahlgren NSF-VA Group 4: Ft. Eustis, Ft. Lee, Langley AFB, Little Creek NAVPHIBASE, Norfolk NAVSTA, Oceana NAS, Portsmouth NNSY-VA Group 5: Camp Lejeune MCB, New River MCAS, Seymour Johnson AFB, Ft. Bragg North, Ft. Bragg South, Cherry Point MCAS-NC Group 6: Shaw AFB, Charleston AFB, Ft. Jackson, Parris Island MCRD, Charleston NWS-SC Group 7: Ft. McPherson, Ft. Stewart, Hunter AAF, Robins AFB, Ft. Gordon-GA Group 8: Kings Bay NSB, Moody AFB, Albany MCLB, Ft. Benning, Camp Merrill (Ft. Benning supports Camp Merrill)-GA Group 9: Tyndall AFB, Whiting Field NAS, Hurlburt Field, Eglin AFB, Pensacola NAS-FL Group 10: Mayport NS, Jacksonville NAS, Key West NAS, MacDill AFB, Patrick AFB-FL The estimated annual quantities of the variety of eggs per carton by groups are as follows: Group 1: 468,869 Group 2: 535,465 Group 3: 1,242,953 Group 4: 1,174,516 Group 5: 736,152 Group 6: 442,965 Group 7: 451,382 Group 8: 346,395 Group 9: 459,361 Group 10: 555,481 A vendor stocker is required for this solicitation. Only ONE UPC will be required for each line item. Multiple UPC's for the same item will NOT be allowed. A single solicitation containing the ten geographical groupings will be issued. It is anticipated that oral presentations may be needed as part of the evaluation process for proposals received under this requirement. Each group will be independently evaluated and awarded on an "all or none" basis. The Government will award one or more contracts resulting from this solicitation based on evaluation using the best value, lowest priced technically acceptable procedures. An Indefinite-Delivery Requirements Type contact is contemplated with Firm Fixed Price w/ Special Factor Pricing that will adjust the unit price weekly based on the market index. The NAICS code is 112310 for this requirement with a size standard of $12.5M in average annual gross revenue for the last three fiscal years. The period of performance shall commence approximately 30 days after notification of contract award (or a date specified by the Contracting Officer) for a base period of 24 consecutive months plus three 12-month option periods. This solicitation will be issued on an unrestricted basis. All offers from large business firms must submit an acceptable subcontracting plan with their offer. Offers received from large businesses without an acceptable plan will not be considered for award. The Request for Proposal will be released on or about April 16, 2013. Any small businesses interested in submitting a proposal package may seek assistance from your local Procurement Technical Assistance Center (PTAC) or the Small Business Administration (SBA). Information on finding your local PTAC office may be located at http://www.dla.mil/db/procurem.htm. Businesses interested in seeking teaming and/or subcontracting arrangements may register as an Interested Vendor for this solicitation. Businesses may also utilize the Small Business Administration's (SBA) SUB-Net bulletin board to post sources sought notices for teaming partners and subcontractors for solicitations and future contracts. For more information on SBA's SUB-Net may be found at http://web/sba.gov/subnet/. Questions or inquiries will be accepted by facsimile or email and must contain the following information: solicitation number, business size, DUNS number, CAGE code, requestor's name and address, telephone number, and E-mail address. The facsimile number is (804) 734-8009 (pause) (pause) 76048, Email address: Raffaele.Iocco@deca.mil. Any requests for business information not posted should be requested under Freedom of Information Act (FOIA) guidance. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM). SAM combines federal procurement systems into one new system and includes the functionality from Central Contractor Registry (CCR) and Online Representations and Certifications Application (ORCA). Further information about SAM registration may be found on the Internet at http:///www.acquisition.gov <http://www.acquisition.gov>. All responsible sources may submit a proposal which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-DOMS2/HDEC02-13-R-0003/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN03019691-W 20130327/130325233955-b171c709cf04588f6b7b9c39ba666f22 (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.