Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2015 FBO #5130
SOLICITATION NOTICE

89 -- Full Line of Grade USDA#1 or Better Fresh Fruit & Vegetables (FF&V) for United States (U.S.) Department of Defense (DoD) Troops (Land-based) and Non-DoD Ship/Land-based customers, Oahu, in the State of Hawaii

Notice Date
12/8/2015
 
Notice Type
Presolicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support Pacific, 440 Fuller Way, Building 280, Pearl Harbor, Hawaii, 96860-4967, United States
 
ZIP Code
96860-4967
 
Solicitation Number
SPE302-16-R-S001
 
Point of Contact
Amy Wong, Phone: 8084742944, Jean K. Ross, Phone: 8084742965
 
E-Mail Address
amy.wong@dla.mil, jean.ross@dla.mil
(amy.wong@dla.mil, jean.ross@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-solicitation Synopsis: Title: Full Line of Grade USDA#1 or Better Fresh Fruit & Vegetables (FF&V) for United States (U.S.) Department of Defense (DoD) Troops (Land-based) and Non-DoD Ship/Land-based customers, Oahu, in the State of Hawaii. Description: The Government intends to issue a solicitation for full line of Grade US#1 or better Fresh Fruit and Vegetables (FF&V) for Department of Defense (DoD) Troops (Land-based) and Non-DoD Ship/Land-based customers, Oahu, in the State of Hawaii. Department of Defense (DoD) and Non-DoD customers include, but are not limited to troop galleys and dining halls, minimarts, Tripler Army Medical Center (AMC), Marine Corps Child Development Centers (CDC), Hale Koa Hotel, United States Coast Guard (USCG) ships, National Oceanic and Atmospheric Administration (NOAA) ships, etc. The solicitation will be 100% Small Business Set-Aside (NAICS Code 311991/size standard 500). A Small Business Administration (SBA) non-manufacturer waiver is pending approval for this solicitation. The resultant contract will be a Single Award Fixed Price with Economic Price Adjustment (FP with EPA), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The resultant contract will be for 4.5 years. It contains one (1) eighteen (18) month base period plus two (2) eighteen (18) month option periods. The acquisition method is lowest price/technically acceptable (LPTA). The maximum ceiling on the resultant contract with all options exercised is estimated at $25 million. The guaranteed minimum on the resultant contract is ten percent of the awarded contract value for the base period only. It is anticipated that the solicitation will be issued in January 2016 with a bidding period of 30 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-P/SPE302-16-R-S001/listing.html)
 
Place of Performance
Address: Island of Oahu, Honolulu, Hawaii, United States
 
Record
SN03964005-W 20151210/151208234533-24cf79db5275c7e43cfef4dc41cb97e8 (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.