MODIFICATION
73 -- Meals for Hurricane Harvey
- Notice Date
- 9/13/2017
- Notice Type
- Modification/Amendment
- NAICS
- 311991
— Perishable Prepared Food Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE70-17-R-0042
- Archive Date
- 9/21/2017
- Point of Contact
- Isaac L. Chapple, Phone: 202-212-3924, Monique Park, Phone: 202-279-0649
- E-Mail Address
-
Isaac.chapple@fema.dhs.gov, monique.park@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov, monique.park@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Amendment 0001 FEMA is no longer accepting bids for meals. We would like to thank all companies for the bids. Thanks Solicitation Number: HSFE70-17-R-0042 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is HSFE70-17-R-0042 and is issued as a Request for Proposal (RFP). Under this requirement, Federal Emergency Management Agency (FEMA) intends to award multiple commercial, Firm Fixed Price (FFP) Purchase Orders, as needed. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The applicable North American Industry Classification Standard (NAICS) code is 311991. The small business size standard is 500 employees. This is an unrestricted, full and open acquisition. 4. FEMA intends to purchase the below contract line items: CLIN DESCRIPTION QTY UNIT UNIT PRICE SUBTOTAL 0001 MEALS EACH 0002 DROP TRAILER DAY 0003 DIVERSION MILE Date of Delivery (FOB Destination) # of Meals 9/1/2017 9/2/2017 9/3/2017 9/4/2017 9/5/2017 9/6/2017 9/7/2017 9/8/2017 9/9/2017 9/10/2017 5. Description of requirements for the items to be acquired: The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) has a requirement to acquire up to 6.2 million meals - see attached "Requirements for Meals" for details. 6. Delivery, Inspection, Acceptance and FOB Destination Point of Contact will be provided to awardee(s). 7. PROVISIONS AND CLAUSES: In case of inclement weather not permitting arrival of participants, the Government reserves the right to make one adjustment to the period of performance with advance notice. All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil. a. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. b. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The Government will award contract(s) resulting from this solicitation to the responsible offeror(s) whose offer is Lowest Price Technically Acceptable (LPTA) (1) Technical (2) Unit Price The Government intends to award a commercial purchase order(s) resulting from this solicitation to the lowest priced, technically acceptable responsible offeror(s). The factors identified above will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. All quotes must provide a picture of the meals, label and nutritional facts The Vendor must be willing to drop trailer for up to 30 days. On Technical factor: proposals must meet the following: Is there a picture of entree meals that will be delivered and does it include nutritional facts? Does the meals provide a variety of nutrient dense foods that reflect the basic food groups? Does meal/kit must have 6 months long shelf-life remaining upon delivery? Does the Vendor have the ability to complete a spreadsheet with all trailer/truck numbers, License plate and estimated time of arrival for each trailer/truck? Did the Vendor demonstrate the capability to track shipments and drivers? Does the Vendor have ability to drop the trailer for a minimum of 30 days? Does the Vendor have the ability to palletize the order using industry standard size pallets? Does the Vendor have the ability to shrink wrap over all sides (excluding the top and bottom) with a minimum of (10) layer of shrink-wrap to ensure the capability to double stack pallets without comprising the sturdiness of load and to prevent loads from having to be restacked prior to being issued to survivors or placed in the warehouse? c. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. d. Clauses in Full Text: • 52.217-6 Option for Increased Quantity. OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) day. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 8. Quotes must include company name, company DUNS number, and point of contact information. 9. The Defense Priorities and Allocation System (DPAS) applies to this acquisition. 10. All responsible sources should submit quotes to FEMA-NRCC-CAUL@fema.dhs.gov, Carolyn.knight@fema.dhs.gov, Monique.Park@fema.dhs.gov, jonathan.igwebueze@dhs.fema.gov, Isaac.chapple@fema.dhs.gov and FEMA-NRCC-CAS@fema.dhs.gov by Thursday August 31, 2017, 1:00 AM EST. Technical and/or administrative questions must be submitted in writing to FEMA-NRCC-CAUL@fema.dhs.gov, Carolyn.Knight@fema.dhs.gov,@fema.dhs.gov, Monique.Park@fema.dhs.gov, jonathan.igwebueze@dhs.fema.gov, Isaac.chapple@fema.dhs.gov and FEMA-NRCC-CAS@fema.dhs.gov no later than 11:00PM EST, Wednesday August 30, 2017. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation and posted to FedBizOpps. Inquiries and information received after the established deadline will only be answered/addressed if considered essential to the requirement and in the best interest of the Government. 11. Further details regarding the requirement can be found in the attachments: a. Requirement specifications b. Local Clauses and Billing Instructions The solicitation will be open continuous. Offerors may submit their proposal anytime from August 31, 2017 through September 6, 2017. Cut-off time will be every 12 hours. First cut-off is at 12:00 pm EST August 31, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE70-17-R-0042/listing.html)
- Record
- SN04676035-W 20170915/170913232505-10b449437a8fdbcd4375b995d169618a (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 |