Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
MODIFICATION

89 -- FFV Upper New York

Notice Date
2/6/2018
 
Notice Type
Modification/Amendment
 
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-0006
 
Archive Date
3/14/2018
 
Point of Contact
Vincent Key, Phone: 2157374622, Christina M. MIller, Phone: 2157377347
 
E-Mail Address
Vincent.key@dla.mil, christina.miller@dla.mil
(Vincent.key@dla.mil, christina.miller@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The DLA Troop Support intends to solicit for a full-line of produce support for DoD (Troop) customers located in the Upper New York Zone. This is a 100% Small Business Set Aside acquisition. The total length of the contract will be four (4) years. It contains two, twenty-four (24) month tiers. The solicitation contains bi-weekly pricing including a two-week ordering week. Definition of "Ordering Week": means from Sunday at 12:00 AM (Eastern Time (ET), standard or daylight as applicable) through 11:59 PM on the Saturday of the following week. For example, if the ordering week starts at 12:00 AM on Sunday, December 4, 2016, then the ordering week ends at 11:59 PM on Saturday, December 17, 2016. Its estimated maximum total contract dollar amount is $ 45,851,299.84. 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. The source selection method for this procurement will be the Lowest Price Technically Acceptable (LPTA) source selection procedures and shall use the following to evaluate offers: 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 subfactors listed below. A proposal that takes exception to solicitation terms and conditions or that fails to comply with all submission requirements may be deemed technically unacceptable and, thus, may be found ineligible, and removed 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. B. USDA Good Agricultural Practices (GAP) and Good Handling Practices (GHP) Audit - The offeror shall submit a valid GAP/GHP audit report / certificate, covering various fresh fruits and vegetables, 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 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). Technical and past performance, when combined, are not applicable. (b) Options are not included in this solicitation. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Price Components: 1. Weighted Aggregate Distribution Price: Aggregate Distribution Price is obtained by first multiplying the proposed distribution price for each item in the Schedule of Items by the item's estimated quantity to calculate the total distribution price for each item. Then, the total distribution prices of all items will be added together to determine the total distribution price for tier 1. The total distribution price for each subsequent tier will also be calculated. The total distribution prices for all tiers will be added together to determine the Aggregate Distribution Price. The Aggregate Distribution Price is then multiplied by a weighting factor of 6 to arrive at the Weighted Aggregate Distribution Price. Note: the weighting factor is applied only to the overall Aggregate Distribution Price (not on a line item basis), and is to be used for evaluation purposes only. The Government's use of a weighting factor of 6 for distribution pricing is done in order to more accurately balance the significance of the pricing components and their respective impact on any subsequent contract(s) issued under this solicitation. 2. Aggregate Delivered Price: The Aggregate Delivered Price is obtained by first multiplying the proposed delivered price of each item in the Schedule of Items by the item's estimated quantity to calculate the total delivered price for each item. Then, the total delivered prices of all items will be added together to determine the total delivered price for tier 1. The total delivered price for each subsequent tier will also be calculated. The total delivered prices for all tiers will be added together to determine the Aggregate Delivered Price. 3. For purposes of the Price Proposal Evaluation, Weighted Aggregate Distribution Price and Aggregate Delivered Price are considered equal. This equality is accounted for mathematically by applying a weighting factor of 6 to the Aggregate Distribution Price 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 will be the week of January 26, 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 estimated contract value for Tier one (1).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-H/SPE300-18-R-0006/listing.html)
 
Place of Performance
Address: Upper New York, New York, United States
 
Record
SN04812023-W 20180208/180206231504-1fed09cb43da805830f64252eb1bbb25 (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.