Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

89 -- Fresh Fruits and Vegetables for Troop and School Customers in the North Florida Zone

Notice Date
1/18/2018
 
Notice Type
Presolicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Subsistence, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE300-18-R-0007
 
Point of Contact
Amy Paradis, Phone: 2157373637, Leah L. Albright, Phone: 215-737-8293
 
E-Mail Address
amy.paradis@dla.mil, Leah.Albright@dla.mil
(amy.paradis@dla.mil, Leah.Albright@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The DLA Troop Support intends to solicit for a full-line of produce support for DoD Troop and Non-DoD USDA School customers located in the North Florida Zone. This is an unrestricted acquisition. NAICS code 311991. The total length of the contract will be five (5) years. It contains one (24 month) Tier period and two (18 month) Tier periods. Its estimated maximum dollar amount is $46,875,000.00. The delivery points require indefinite quantities of Fresh Fruit and Vegetables throughout the term of the contract. A more detailed listing of the delivery sites can be found in the solicitation. All responsible sources may submit proposals that will be considered by DLA Troop Support. The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Lowest Price Technically Acceptable (LPTA) source selection procedures will be used as the source selection method in this procurement. The following factors shall be used to evaluate offers: 1. Technical Acceptability - A technically acceptable offer is an offer that takes no exceptions to the terms and conditions in the solicitation and complies fully with all submission requirements, including submissions relating to the two sub-factors listed below. A proposal that is deemed technically unacceptable may be removed by the Contracting Officer from further consideration for the award. By submitting a proposal with no exceptions, an offeror is confirming it possesses the necessary facilities, equipment, technical skills and capacity to successfully provide all items required by this solicitation. The following sub-factors will be evaluated and must be found acceptable for a proposal to be eligible for award: A. Perishable Agricultural Commodities Act (PACA) License - The offeror shall possess and submit proof of a valid current PACA license. The submitted PACA license must be effective for at least thirty (30) days after the solicitation closing date. B. USDA Good Agricultural Practices (GAP) and Good Handling Practices (GHP) Audit - The offeror shall submit a GAP/GHP audit report for each place of performance identified in the offeror's proposal. The audit report(s) must demonstrate that a passing score(s) was/were received and the report(s) must be dated no more than six (6) months prior to the solicitation closing date. 2. Pricing - Pricing is required for all items found in the Schedule of Items (for each Group, if applicable) and for all Tiers. Failure to offer pricing for all items and for all Tiers may result in a proposal being removed from consideration for award as technically unacceptable. The Government will perform an aggregate price analysis on all items found in the Schedule of Items (for each Group, if applicable). To determine an offeror's evaluated aggregate price, the Contracting Officer will add an offeror's Weighted Aggregate Distribution Price (1) together with its Aggregate Delivered Price (2). The addition of these two pricing components equals the Evaluated Aggregate Price (3). See www.ams.usda.gov/services/auditing/gap-ghp/audit for details concerning program and certification. Copies of the solicitation will be found on the DLA-EBS Internet Bid Board System at https://www.dibbs.bsm.dla.mil. If not already registered, prospective offerors will be required to do so prior to viewing and downloading a copy of the solicitation. RFPs are in portable document format (PDF). In order to download and view these documents, prospective offerors will need the latest version of Adobe Acrobat Reader. This software is available free at http://adobe.com. Anticipated solicitation issue date: between February 5, 2018 and February 8, 2018. This solicitation will be issued under FAR 15.101-2 Low Price Technically Acceptable (LTPA). The resultant award will be for an indefinite delivery contract, with a guaranteed minimum of 10% of the first 12-month period.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-H/SPE300-18-R-0007/listing.html)
 
Place of Performance
Address: North Florida, United States
 
Record
SN04793209-W 20180120/180118231318-cfe0c89b446e75af71646b4de0f3ee4d (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  © 1994-2020, Loren Data Corp.