SOLICITATION NOTICE
89 -- Market Ready Bread, Bakery & Pastry Products for Hawaii Customers. - Solictation SPM300-13-R0009
- Notice Date
- 11/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311812
— Commercial Bakeries
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM300-13-R-0009
- Archive Date
- 12/14/2012
- Point of Contact
- Keith Ryales, Phone: 2157377191, Michelle Norton, Phone: 215.737.4853
- E-Mail Address
-
Keith.Ryales@dla.mil, Michelle.Norton@dla.mil
(Keith.Ryales@dla.mil, Michelle.Norton@dla.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- SOLICITATION: SPM300-13-R-0009 (Pricing Sheet SOLICITATION: SPM300-13-R-0009 INTRODUCTION DLA Troop Support intends to support the needs of its customers by entering into one (1) Indefinite Quantity Contract (IQC) per group to supply Fresh Bread and Bakery Items to the customers stated below. This solicitation contains the estimated bread and bakery requirements for each individual item. The solicitation contains four (4) groups: CUSTOMER BREAKDOWN BY GROUP GROUP I Bread & Bakery Products: Customers: Army, Air Force, Navy (Land), Marines, Coast Guard (Land) and Hawaii Job Corps GROUP II Bread & Bakery Products: Customers: Navy (Ships), Coast Guard (Ships), NOAA Ships. GROUP III Pastry Products Customers: Army, Air Force, Navy (Land & Ships), Marines, Coast Guard (Land & Ships), Hawaii Job Corps and NOAA Ships. GROUP IV Bread & Bakery Products: Customers: Pohakuloa Training Area (PTA), Hilo and Barking Sands. The resulting contract will be a fixed price Indefinite Quantity Contract (IQC) that provides for an indefinite quantity, within stated limits, of specific supplies or services to be furnished during a fixed period, with deliveries to be scheduled by placing orders with the contractor (FAR 6.504(a)). The contract will be for a two-year period. EFFECTIVE PERIOD OF CONTRACT/ORDERING/PERFORMANCE PERIOD: A contract resulting from this solicitation will become effective on the date of award. The contract award is deemed effective when notification is mailed, transmitted, or otherwise provided and received by the contractor. The two (2) year ordering period will begin on a date specified by the Contracting Officer at time of award rather than on the effective date of award. The ordering period of the contract shall commence with placement of the first customer order, on or after 6 February 2013 through 5 February 2015 and delivery period of any order will be completed on or before 5 March 2015. It is anticipated that the first order under the contract resulting from this solicitation will be placed on or after 6 February 2013 and the final order will take place on 5 February 2015. The Contractor shall not be required to make any deliveries under this contract after the date exactly two (2) years + 30 days after the beginning of the two (2) year ordering period. For example, if the two (2) year ordering period begins on 6 February 2013, the Contractor will not be required to make any deliveries after 5 March 2015. The term of the contract is for a two (2) year period, including tier pricing for 2nd year; 6 February 2013 through 5 February 2015. The requirement is for the production of fresh bread/bakery/pastry products to be delivered to the customers' activities 24 to 48 hours after receipt of orders. The method of support is by direct vendor delivery to the customers. The standard industry pricing model is a firm fixed delivery price. This acquisition follows the guidelines for FAR Parts 12&15. The award methodology is based on Low Price/Technically Acceptable Source Selection Criteria, as non-trade off. Evaluation ratings are Pass/Fail. These requirements are solicited as Indefinite Delivery/Indefinite Quantity, Firmed Fixed Price supply contract. The total estimated dollar value of this acquisition is $ $2,471,039.00 for the contract term of two (2) years, including tier pricing for the 2nd year. The guaranteed minimum of the contract is 25% ($617,760.00) of the total estimated dollar value The maximum ceiling under this contract is 200% ($4,942,079.00). A break of these value for eal group is provided on page #24 of the the attached solicitation.. Technical acceptability is determined to be the contractor's ability to provide product in accordance with the specifications/item descriptions and compliance with the delivery schedule. An offer will be technically acceptable if, as submitted, it meets ALL the requirements of this solicitation and agrees to all other terms and conditions of the solicitation. Pricing is required for all items found in the Schedule of Items. 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 yearly usage in the Schedule of Items will be multiplied by the unit prices per lb. 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 with the ultimate award decision being based on the lowest evaluated aggregate price. The government reserves the right to remove item from the schedule of Items or do a common item comparison if offerors do not submit pricing for all items. In addition, the Government will evaluate different sized offers based on price per pound. SEE THE ATTACHED SOLICITATION FOR DETAILED INSTRUCTIONS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM300-13-R-0009/listing.html)
- Place of Performance
- Address: SEE SOLICTATION FOR DETAILED INSTRUCTIONS, United States
- Record
- SN02926248-W 20121109/121107235220-b7378315069fcc1441cb5e6e9bae8c10 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |