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 |