Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,2000 PSA#2559

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

89 -- MEAT AND POULTRY PRODUCTS SOL DAHA20-00-T-0006 DUE 033100 POC Kari Churchill, Purchasing Agent, (517)483-5904 E-MAIL: Click here to contact the purchasing agent via e-mail, churchillka@mi-arng.ngb.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This solicitation number is DAHA20-00-T-0006, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 97-15 and Defense Acquisition Circular Number 20000210 Edition. This solicitation is 100% set-aside for small business. The standard industrial classification code is 5421with small business standard of 500 employees or less. Description of commodity: Various meat and poultry products for the period of 1 May 2000 through 30 Sep 2000. Offer to be firm fixed-price on the following items: Line Item 1) Bacon, sliced, 13-18 slices per pound, layout separated by paper, 1000 Lbs.; Line Item 2) Beef, ground, USDA choice, shall be prepared from any portion of the carcass, shall be free from any bones, cartilage's, pre-emoral, and pre-scapula and other lymph glands. Cryovac 10 pound bag or tube and shall be 80/20 mix, 6,000 Lbs.; Line Item 3) Beef Shoulder Roast, USDA Choice, boneless clod, 6,000 Lbs.; Line Item 4) Ham, smoked boneless, fully cooked, USDA schedule for smoked, fully cooked, shankless ham, sectioned and formed, 3,000 Lbs.; Line Item 5) Steak, sirloin, bottom section, USDA choice, cut into 10 ounce steaks, individually frozen, paper between layers 9,500 Lbs.; Line Item 6) Beef Patties, pound, 80/20 mix, USDA choice, arranged in stacks with each patty separated from adjacent patties by two sheets of patty paper, except when patties are individually quick frozen, the patty paper may be excluded 1,000 Lbs. ; Line Item 7) Corned Beef, USDA Choice, not more than 10 percent added water in curing, thick fleshed and moderately firm, fine texture bright color light pinkto medium red, 10 12 pound average, 1,500 Lbs.; Line Item 8) Beef Swissing, USDA choice, steaks shall be prepared from any combination of lean from the round, loin, rib or chuck sections of the carcass which yields product that meets the end item requirements. The steaks shall be free of heavy connective tissue, bones, cartilages and lymph glands, 1,000 Lbs.; Line Item 9) Chicken quarters, 40 pounds net weight per case and must be packaged at 10 pounds per sealed bag, 1,000 Lbs.; Line Item 10) Pork Loin Boneless (roast), all bones, cartilages, the tenderloin and lean fat overlying the blade bone shall be removed, the ham end of the loin shall be exposed by a straight cut which shows no evidence of the quadriceps femoris or the loin eye, the boneless loin shall be netted or tied, will be packaged 2 per case with an average case weight of 18 pounds per case, 2,000 Lbs.; Line Item 11) Pork Loin Chops, boneless, center cuts, all bones, cartilages, the tenderloin and lean fat overlying the blade bone shall be removed, the ham end of the loin shall be exposed by a straight cut which shows no evidence of the quadriceps femoris or the loin eye, they will be cut in 4 ounce portions, 1,000 Lbs.; Line Item 12) Turkey Breast Boneless, raw, skinless, boneless 2 muscle breast, 5-7 pounds average 2 per case, 3,000 Lbs. Above quantities are estimates only. Actual usage could be as low as 70% of request but will not be lower than 50% of request. Food shall be obtained from sources that comply with military requirement (para 2-3 AR 40-657) and the FDA Food Code, 1997 & 1999. All food establishments and distributors are subject to the sanitary approval and surveillance considered necessary by the Armed Forces. Hazard Analysis and Critical Control Point (HACCP) plans are not mandatory but highly encouraged. The following FAR provisions and clauses apply to this solicitation: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.211-16, Variation in Quantity, with 0% variation allowed; 52.211-17, Delivery of Excess Quantities; 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 Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.214-22, Evaluation of Bids for Multiple Awards; 52.216-22, Indefinite Quantity; 52.216-27, Single or Multiple Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222.26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era;52.225-11, Restrictions On Certain Foreign Purchases; 52.232-33 Mandatory Information for Electronic Funds Transfer Payment; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation: 252.204-7004, Required Central Contractor Registration; 252.212-7001 (Dev), Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.217-7019 Alt I, Sanitary Conditions Alternate I; 252.225.7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act Balance of Payments. Copy of provisions and clauses are available on the Internet at http://farsite.hill.af.mil. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000. The following must alsobe included: 1) Product specifications for the commodity being offered including fat content; 2) Unit pricing; 3) Three customer references with business name, point of contact and telephone number; 4) Name and address of the manufacturer/processor of requested meat products. Manufacturer/processor of meat products must be approved by and listed in the U.S. Department of Agriculture (USDA) "Meat and Poultry Inspection Directory". Multiple awards may result from this solicitation. Awardee (s) must comply with all federal, state, and local laws concerning the processing, handling and transporting of meat. 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. to Bldg 560 Camp Grayling, Grayling, MI; 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 payment via Electronic Funds Transfer (EFT); 6) Must be registered with Central Contracting Registry (CCR) http://ccr.edi.disa.mil; 7) 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. The Government will award a contract resulting from this solicitation to the responsible offerer(s) whose offer conforms to the solicitation and will be most advantageous to the Government. Required information and completed offer, to include specifications and descriptive literature, may be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Kari Churchill, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time, 31 Mar 2000. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addressed to Kari Churchill at (517)483-5904 Posted 03/15/00 (W-SN434538). (0075)

Loren Data Corp. http://www.ld.com (SYN# 0303 20000317\89-0002.SOL)


89 - Subsistence (Food) Index Page