Fresh Fruits and Vegetables (FF&V) - Island of Kauai

expired opportunity(Expired)
From: Federal Government(Federal)
SPE302-23-R-0001

Basic Details

started - 02 Dec, 2022 (16 months ago)

Start Date

02 Dec, 2022 (16 months ago)
due - 05 Jan, 2023 (14 months ago)

Due Date

05 Jan, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
SPE302-23-R-0001

Identifier

SPE302-23-R-0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698103)DEFENSE LOGISTICS AGENCY (DLA) (282625)TROOP SUPPORT SUBSISTENCE (2727)DLA TROOP SUPPORT INDO-PACIFIC (162)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (9)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The DLA Troop Support Indo-Pacific intends to solicit for a full line of produce support for Non-DoD USDA School customers and DoD Troops Customers located on the Island of Kauai in the State of HawaiiSolicitation details have been amended by document number SPE302-23-R-0001_0001 (attached)This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR 12.603, 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 requirement is being solicited using FAR 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services.SOLICITATION No. SPE302-23-R-0001, this solicitation is issued as Request for Proposal (RFP)The DLA Troop Support intends to solicit for a full-line of produce support for Non-DoD USDA School and DoD Troops customers located on the
Island of Kauai in the State of Hawaii.This is a TOTAL SMALL BUSINESS SET-ASIDE acquisition. NAICS code 311991/size standard 500. In accordance with 13 CFR 121.406(e ), if at least 50% of the estimated contract value of an acquisition for multiple items is composed of items that are manufactured by small business concerns, then a waiver of the non-manufacturer rule is not required. As such, for this acquisition, it is expected that items comprising at least 50% of the contract value will be manufactured by small business concerns.The total length of the contract will be 5 years with $4,000,000.00 (Maximum Ceiling Amount). Period of performance is as follows:      Tier 1:       March 2, 2023 – March 1, 2025 (24 months)        Tier 2:       March 2, 2025 – September 1, 2026 (18 months)        Tier 3:       September 2, 2026 – March 1, 2028 (18 months)  A list of line items – See Attachment 1 Schedule of ItemsDelivery and acceptance – See Attachment 2 Customer List.  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 Indo-Pacific.FOB DestinationFAR Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisitionAddendum to 52.212-1 Instructions to Offerors –Commercial Products and Commercial ServicesProposal Submission: Each offeror must submit:(1) A signed copy of cover letter(2) Attachment 1 with proposed prices (Excel Spreadsheet – Schedule Items)(3) A copy of a valid PACA License(4) USDA GAP&GHP audit verification report/certificateA 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 there are negotiations after its receipt, unless a written notice of withdrawal is received before award.Questions pertaining to this solicitation shall be submitted in writing, no later than 8:00 a.m. Hawaii Standard Time (HST) December 16, 2022.  PROPOSALS ARE DUE NO LATER THAN 10:00 AM HST January 5, 2023.  Please email proposal to debra.seibert@dla.mil and jean.ross@dla.mil. It is the offeror's responsibility to confirm receipt of proposal.Points of Contact: - Debra Seibert - email: debra.seibert@dla.mil - Jean Ross - email: jean.ross@dla.mil Limit the file size of any individual email attachment to 5MB, and the total size of any email to 10MB. Multiple email submissions may be required. If submitting multiple emails as a proposal submission, label each email with a number (e.g., 1 of 3, accordingly. After transmitting an email submission, offerors should confirm receipt of all emails with the intended recipients.Facsimile is not an acceptable form of transmission for submission of initial proposals or revisions to initial proposals submitted in response to this solicitation. As directed by the Contracting Officer, facsimile may be used during discussions/negotiations, if discussions/ negotiations are held, for proposal revisions, including Final Proposal RevisionsFAR Provision 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisitionADDENDUM to FAR 52.212-2, Evaluation of Commercial Items(a)  The Government will award 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. Lowest Price Technically Acceptable (LPTA) source selection procedures will be used as the source selection method in this procurement. The following factors shall be used to evaluate offers:       1.  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. 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 awards. 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.             A.  Perishable Agricultural Commodities Act (PACA) License - The offeror shall possess and submit proof of a valid current PACA license.             B.  Good Agricultural Practice (GAP) and Good Handling Practices (GHP) Audit - The offeror shall submit a valid, current USDA GAP/GHP audit report / certificate covering a full range of fresh fruits and vegetables for each place of performance identified in the offeror's proposal.  The audit report must demonstrate a passing score, and specifically passing in the following sections:  General (Section 1), Wholesale Distribution (Section 6) and Preventive Food Defense (Section 7).  In lieu of a USDA GAP/GHP audit report / certificate, the offeror may submit an audit report / certificate conducted by a recognized private independent third-party certifying company certifying to an industry recognized food safety standard that exceeds all aspects of the USDA GAP/GHP audit report / certificate requirements.  The audit report(s) must demonstrate that a passing score(s) was/were received.  NOTE:  Offerors relying on a non-USDA GAP/GHP audit report / certificate must agree to have a USA GAP/GHP audit report / certificate for each place of performance by the start of contract performance.      2.  Pricing - Pricing is required for all items found in the Schedule of Items and for Distribution Price per Pound for all tiers. Failure to offer pricing and distribution price 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 for all items found in the Schedule of Items. To determine an offeror's evaluated aggregate price, the estimated quantities in the Schedule of Items will be multiplied by the unit prices to determine the lowest aggregate price to the Government. Offered prices, on an individual line item basis, will be evaluated to determine fair and reasonableness. The award will be made on the basis of the lowest Evaluated Aggregate Price of proposals meeting or exceeding the acceptability standards for non-price factors. The Government reserves the right to remove item(s) from the Schedule of Items or do a common item comparison if offerors do not submit pricing for all items. Prior to award, the offered prices of the presumptive awardee(s) will be evaluated on an individual line-item basis to determine whether each price is fair and reasonable using analytical techniques deemed appropriate by the Contracting Officer in her/his complete discretion.Past Performance will not be used as an evaluation factor for this solicitation because other technical evaluation factors are sufficient to ensure performance for the commercial items being procured. Past performance will be considered in a determination of responsibility for the successful offeror prior to award. (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.The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The resultant award will be for an indefinite delivery indefinite quantity (IDIQ), with a guaranteed minimum of $40,000 (for the entire 5-year period). 

USALocation

Place Of Performance : USA

Country : United States

You may also like

Canned Fruits and Vegetables

Due: 31 Oct, 2024 (in 7 months)Agency: Montgomery County Public Schools

Assorted Fruits and Vegetables

Due: 29 Mar, 2024 (Tomorrow)Agency: Norfolk City Public Schools

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 311991Perishable Prepared Food Manufacturing
pscCode 8915Fruits and Vegetables