Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2025 SAM #8760
SOLICITATION NOTICE

S -- FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD

Notice Date
11/18/2025 8:54:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311613 — Rendering and Meat Byproduct Processing
 
Contracting Office
DEFENSE COMMISSARY AGENCY FORT LEE VA 23801-1800 USA
 
ZIP Code
23801-1800
 
Solicitation Number
HQC00526RE002
 
Response Due
12/18/2025 12:00:00 PM
 
Archive Date
01/02/2026
 
Point of Contact
Marcella Simmons, Phone: 804-734-8000 X48727, ROBERT FRENCH, Phone: 804-734-8000
 
E-Mail Address
marcella.simmons@deca.mil, ROBERT.FRENCH@DECA.MIL
(marcella.simmons@deca.mil, ROBERT.FRENCH@DECA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. (ii) Solicitation Number HQC00526RE002 This solicitation is issued as an Request for Proposal (RFP)]. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 Oct. 1, 2025. (iv) Set-Aside and NAICS Code: This solicitation is Small Business Set-Aside. The applicable NAICS Code is 311613 The small business size standard is 750 employees. (v) The Government anticipates awarding a Firm-Fixed Price (FFP) contract for the commercial fats and bones removal services listed in the Contract Line-Item Numbers (CLINs). See Attachment 1. (vi) Description of Requirements: removal/pickup/disposal of supermarket animal and fish by�products including fats and bones which could include chicken, pork, beef, lunch meat, fish, and sausages, For details see Attachment A. (vii) Period of Performance or Delivery Date and Place of Base Period January 1, 2026 � December 31, 2026 First Option January 1, 2027 � December 31, 2027 Second Option January 1, 2028 � December 31, 2028 Third Option January 1, 2029� December 31, 2029 Fourth Option January 1, 2030� December 31, 2030 The anticipated period of performance is from January 1, 2026 to December 31, 2030. See Attachment 2 for Delivery Address, FOB Point and Acceptance Location. (viii) The provision at 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment 4. (ix) Evaluation will be based on Technical Capability, Past Performance and Price. Evaluation will be in accordance with FAR part 13 Simplified Acquisition Procedures. (x) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. See Attachment 3 (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See Attachment 5 for applicable clauses stated within. (xi) Additional Contract Requirements The following additional contract requirement(s) or terms and conditions apply to this acquisition: See Attachment 7 Provisions and Clauses Incorporated by Reference See Attachment 6 Provisions and Clauses Incorporated in Full Text (xiv) Reserved. (xv) Submit signed and dated offers to marcella.simmons@deca.mil or Robert.french@deca.mil at or before: Date Offers Are Due: December 18, 2025 Time Offers Are Due: 3:00 PM EST The following attachments as referenced are provided as part of this solicitation: Attachment 1 � CLIN Structure and Price Submission Document Attachment 2 � Delivery Address, FOB Point and Acceptance Location Attachment 3�Contract Terms and Conditions-Commercial Products and Commercial Services Attachment 4 � Instructions to Offerors-Commercial Products and Commercial Services Attachment 5 �Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services Attachment 6 � Provisions and Clauses Incorporated in Full Text Attachment 7 � Provisions and Clauses Incorporated by Reference Attachment 8� Past Performance Survey Attachment A � Statement of Work / Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8af38809fce947c5a481bb5ef728a484/view)
 
Place of Performance
Address: Moffett Field, CA 94035, USA
Zip Code: 94035
Country: USA
 
Record
SN07644812-F 20251120/251118230038 (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.