Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2024 SAM #8332
SOLICITATION NOTICE

89 -- BPA MASTER: RATIONS (store front)

Notice Date
9/17/2024 11:19:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB24Q0199
 
Response Due
9/27/2024 9:30:00 AM
 
Archive Date
10/12/2024
 
Point of Contact
Bonnie Reineer, Olayemi O. Olatunji
 
E-Mail Address
bonnie.l.reineer.civ@army.mil, olayemi.o.olatunji.mil@army.mil
(bonnie.l.reineer.civ@army.mil, olayemi.o.olatunji.mil@army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and 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. A Blanket Purchase Agreement (BPA) will be established for perishable and non-perishable food for the Michigan Army National Guard. A BPA is not a binding contract but an agreement; thus, prices must be set prior to any orders being placed against the BPA. Additionally, either party has the choice to terminate or re-negotiate an agreement provided a 30-day notification is given. BPAs period of performance is usually for a five-year period unless terminated by either party or the BPA Master dollar limit has been met. The government is looking for qualified companies to provide perishable and non-perishable food/subsistence to the Michigan Army National Guard. Blanket Purchase Agreements (BPA) will be established with any eligible contractor that is able to meet our requirements. These contractors shall have a store front for soldiers to order and pick up food throughout all of Michigan. In the event of an urgent need, the contracting officer will negotiate with one contractor on a sole source basis which may include delivery to Camp Grayling. Delivery dates will begin as early as October 4, 2024. 1.0������ REQUEST FOR QUOTE 1.1�������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04.� 1.2�������� Set aside is unrestricted. 1.3�������� Applicable small business size standard is 500 employees. 1.4� � � � �Supplies will be picked up at the store fronts by the individual units on a delivery order any where in Michigan.�� 1.4.1� � �The period of ordering from the BPA is a base period of 1 October 2024 � 30 September 2029 (five years) or until the ceiling amount is met sooner than the closing date. 1.5 ����� Applicable provisions and clauses are provided on Attachment B. ���������������������������������������������������������������������������� 2.0������ QUOTE FORMAT Submit the current pricing for a sampling of the common items to be ordered listed on Attachment B Quote Template. Other items will also be ordered but these items are used frequently. 2.1 ������� Questions due:� 25 September 2024, 12:30 pm Eastern Standard Time (EST). Questions must be submitted via email to bonnie.l.reineer.civ@army.mil.� Questions will not be answered via telephone. � 2.6 ������� Quotes due: ��� 27 September 2024 � 12:30 p.m. Eastern Standard Time (EST)� The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity. 3.0������ TECHNICAL CAPABILITY 3.1�������� The proposal shall present relevant information articulating the offeror�s proposed approach to meeting the requirements. This section shall clearly demonstrate the offeror�s understanding by providing a clear description of the proposed approach to performing the work. The offeror�s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures. Offers must submit a technical approach to include narrative of the quality assurance plan process. 4.0������ EVALUATION 4.1 ������� The Government intends to award to the contractor that provides the best value to the Government which meets all the technical specifications and provisions listed in this RFQ. 4.2�������� Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be established by evaluating the experience the contractor has with relevant and similar contracts. Technical approach and technical capability will be evaluated as acceptable or unacceptable. All factors are rated approximately equal. 4.3�������� The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. 4.4�������� The government may award to other than the lowest priced quote if the factors of technical capability and technical approach provide the best value and exhibit betterments above the minimum requirements identified in the RFQ. 4.5�������� Negative or adverse information on FAPIIS or SPRS in the last three years may render your quote unacceptable. 5.0������ SAM REGISTRATION/JOINT VENTURE In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:� A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 6.0�������� NIST COMPLIANCE 6.1 ������� in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements. 6.2�������� National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance. 6.3������ Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote. 6.4������ The assessment shall be no more than three years since reporting. 7.0�������� AWARD 7.1�������� In accordance with FAR 12.207, a firm-fixed contract shall be issued. 7.2�������� Dates of period of performance will begin 1 October 2024 unless otherwise instructed. 7.3�������� A Delivery Order will be issued for the month requiring purchasing.� �The delivery order will contain the WAWF clause for invoice instructions. 8.0�������� BILLING INSTRUCTIONS 8.1�������� Invoice terms are Net 10 days. 8.2�������� Invoices must be for services performed. Invoices will not be accepted for billing future purchases during the period of performance. 8.3�������� Inspection and acceptance will be at Lansing, Michigan.� 8.4�������� Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).� 8.5 ������� Instructions are on clause 252.232-7006. 8.5.1���� The invoiced amount for the CLIN shall not exceed the unit of issue amount. 8.5.2���� Invoices shall be submitted on a monthly basis. 8.5.3���� The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7fc7407c98e446c88a946e35a2b214d3/view)
 
Place of Performance
Address: Lansing, MI 48906, USA
Zip Code: 48906
Country: USA
 
Record
SN07214930-F 20240919/240917230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.