SPECIAL NOTICE
89 -- Raw Subsistence - Sole Source JA
- Notice Date
- 7/7/2017
- Notice Type
- Special Notice
- NAICS
- 311991
— Perishable Prepared Food Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-17-T-0009
- Archive Date
- 7/27/2017
- Point of Contact
- Curtis.P.Clements,
- E-Mail Address
-
curtis.p.clements.mil@mail.mil
(curtis.p.clements.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification for Sole Sourcing this requirement The USPFO for Wisconsin intends to award a Firm-Fixed Price (FFP) contract to Valley Foods Incorporated Inc. 335 E. Boardman ST, Youngstown, OH, 44503-1829, to provide raw subsistence and bulk grocery items associated with an approved 21 day Army menu to be delivered to Camp Atterbury Indiana.Valley Foods has an established quick ordering guide and access to all of Camp Atterbury The NAICS code is 311991 with a small business size standard of 500 employees. The Government intends to solicit and negotiate with only one source under the authority of FAR 8.405-6; Only One Responsible Source and no other supplies or services will satisfy agency requirements. A determination not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any firm that believes it can meet the requirements may give written notification to the Contracting Officer within five (6) calendar days from the date of the publication of this notice. Supporting evidence must be furnished in sufficient detail, to demonstrate the ability to comply with the above requirement on a brand name or equal basis including submitting specifications for an equal product. The following provisions/clauses are incorporated: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-22, Alternative Line Item Proposal; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-2; Clauses incorporated by Reference; 52.252-6, Authorized Deviation in Clauses. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following clauses are incorporated: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Requirements Relating to Compensation of Former DoD Officials; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval Systems - Statistical Reporting in Past Performance Evaluations; 252.225-7000, Buy American Act - Balance of Payments Program Certificate; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments are also applicable to this acquisition; 252.244-7000, Subcontracts for Commercial Items; 252.203-7002; Requirement to inform Employees of Whistleblower Rights 252.211-7003 Item Unique Identification and Valuation Questions may be submitted to SFC Curtis Clements @ curtis.p.clements.mil@mail.mil by 12JUL2017, 2:00PM CST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-17-T-0009/listing.html)
- Place of Performance
- Address: Building 3, Camp Atterburry, Indiana, 34653, United States
- Zip Code: 34653
- Zip Code: 34653
- Record
- SN04571240-W 20170709/170707235423-9f0e3329ef81bc29cd249320c4e86ef5 (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 |