Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1999 PSA#2309

USPFO for Michigan, Contracting Office, 3111 W. Saint Joseph St., Lansing, MI 48913

89 -- SANDWICH PACKS & BREAKFAST MEAL KITS SOL DAHA20-99-T-0010 DUE 040599 POC Purchasing Agent, Brenda Outman, CW4, MIARNG, (517)483-5926 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; proposals are being requested and a written solicitation will not be issued. This Solicitation number is DAHA20-99-T-0010, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 97-11 and Defense Acquisition Circular 91-13. This solicitation is 100% set-aside for small business. The standard industrial classification code is 2099 with small business size standard of 500 employees or less. Description of requirement: CLIN 0001, Sandwich meal packs with sandwich separately packed from the accompaniments allowing for refrigeration of sandwich packs only, 20,000 each. Each sandwich consists of 3.5 ounces of premium fully cooked thinly sliced meat (example roast beef (Top Round), turkey breast, whole muscle football ham). The sandwich contains 1 ounce of premium natural sliced cheese (example cheddar, swiss). The bun is knotted weighing 2 ounces. Each sandwich is then assembled and placed in a vacuum packaging machine and hermetically sealed. This process insures a 21 day refrigerated shelf life in optimum conditions. Each component pack is to contain 1 ounce bag of chips, 4 ounce fruit cup, 1 ounce individually wrapped cookie pack, prewrapped dinnerware (fork, knife, spoon, napkin and wet nap) and assorted condiments (personal pack ketchup, mustard and mayonnaise). All items of the component pack are to be vacuum packed and hermetically sealed as one unit. Sandwiches and component packs are to be boxed separately for shipment. CLIN 0002, Breakfast meal kits which are to consist of but not limited to the following items per kit; 1) bagel sandwich with and without meat and cheese 2) croissant with and without meat and cheese and/or bagel 3) kits: cereal, fruit bar, fruit cup(not requiring refrigeration), 8-oz fruit muffin, cream cheese, jams/jellies, 15,000 each. Some kits will include both a plain bagel and a meat bagel while others can consist of 2 plain bagels. Qualifying offers will meet the stated specifications and be accompanied by completed provisions at 52.212-3 and 252.225-7000. The following must also be included: 1) Product specifications for the commodity being offered including fat content, 2) Unit pricing, 3) List of the last 3 contracts received and delivered during JAN/FEB 1999 with the Company name, point of contact and telephone number. Failure to provide this information can render your quote non-responsive and therefore not considered for award. The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer conforms to the solicitation and will be most advantageous to the Government. Award evaluation factors are: price, delivery, prior performance, ability to meet government requirements, and manufacturer of sandwich meat must be listed in the U.S. Dept of Agriculture (USDA) "Meat & Poultry Inspection Directory" & Cheese manufacturer provide proof that "Dairy Plant Surveyed and approved for USDA Grading Service. Provide name, address, P.O.C. & telephone number of manufacturer of meat & cheese. Quality of product is another of the evaluation factors (A sample of each variety, type of meat, of the quoted commodity must be provided, at no cost to the government, to: Logistical Support Center (TISA), Attn: CW4 Ron Whitney, Howe & 8th Street, Building 560, Grayling, MI 49739. Multiple awards may result from this solicitation. FOB Destination pricing is required. Multiple deliveries will be required between May and September 1999. Awardee(s) must comply with all federal, state, and local laws relating to the processing, handling, and transporting of subsistence. The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation: 52.252-1, Solicitation ProvisionsIncorporated By Reference; 52.252-2, Clauses Incorporated by Reference; 52.211-16, Variation in Quantity (with a variation +/- 0% apply to all orders); 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (Evaluation factors being price, delivery, prior performance and ability to meet Government requirements with each being equally considered in the evaluation process); 52.212-3, Offeror Representation and Certification-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.214-22, Evaluation of Bids for Multiple Awards, 52.216-22, Indefinite Quantity; 52.216-26, Single or Multiple Awards; 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation-the following additional clauses cited within the clause by reference apply: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-19 European Union Sanctions, and 52.222-21 and 52.222-21, Prohibition of Segregated Facilities. The following Defense Federal Acquisition Regulations Supplement (DFARS) provision and clauses apply to this solicitation: 52.204-7004, Required Central Contractor Registration; 52.225-7000, Buy American Act-Balance of Payments Program Certificate, 52.225-7001, Buy American Act and Balance of Payments Program, and 52.225-7036, Buy American Act-NAFTA Implementation Act. Copy of provisions and clauses will be supplied upon request to contracting Office or at http://farsite.hill.af.mil. Successful offeror must: 1) be able to respond with deliveries to orders with a 24 hour lead time, 2) make deliveries around 7:00 A.M., 3) provide own off-loading equipment, 4) provide immediate notification of non-stock items (not wait until time of physical delivery, 5) must be capable of receiving payments via Electronic Funds Transfer (EFT), 6) Must be CCR registered (web address for registration: http://ccr.edi.disa.mil). All delivery requirements are subject to change. The Government reserves the right to reject any delivery that does not meet specifications and is not of usable quality. Quantities/size of orders will vary. Minimum orders will generally be 1,000 each but could be as low as 500 each. These quantity estimates are for total order, not for each individual item requested. Actual usage could be as low as 50% of estimated need. Qualifying offers will meet the stated specifications and be accompanied by completed provisions at 52.212-3 and 252.225-7000. Completed provisions, required information and price offer may be faxed to 517-483-5900 or mailed to USPFO For Michigan, Attn: Brenda Outman, 3111 W. St. Joseph Street, Lansing, MI 48913-5102 to reach destination not later than 12:00 P.M. local time April 5, 1999. All responsible sources may submit an offer which shall be considered by the agency. Posted 03/22/99 (W-SN311178). (0081)

Loren Data Corp. http://www.ld.com (SYN# 0348 19990324\89-0001.SOL)


89 - Subsistence (Food) Index Page