Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

89 -- BPA Master Agreement IDT Rations Michigan National Guard

Notice Date
5/13/2020 8:57:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-20-Q-0012
 
Response Due
5/27/2020 9:00:00 AM
 
Archive Date
07/01/2020
 
Point of Contact
Bonnie L. Reineer, Phone: 5174817844, Eva P. Lauchie. Contracting Officer, Phone: 5174817846
 
E-Mail Address
bonnie.l.reineer.civ@mail.mil, eva.p.lauchie.civ@mail.mil
(bonnie.l.reineer.civ@mail.mil, eva.p.lauchie.civ@mail.mil)
 
Description
The Michigan National Guard is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, FAR 13 and as supplemented with additional information included in this notice. The notice is unrestricted.� Therefore all business entities are encouraged to submit quotes. This announcement constitutes the only solicitation;�� Quotes are being �requested and a written solicitation will not be issued.� A Blanket Purchase Agreement (BPA) will be established for perishable and non-perishable food for the Michigan Army National Guard. A BPA is not a binding contract but an agreement; thus prices must be set prior to any orders being placed against the BPA. �Additionally, either party�by written request may terminate or re-negotiate an agreement provided a 30-day written notification is given.� BPAs period of performance is�for a five-year period unless terminated by either party or the BPA Master dollar limit has been met.� The maximum Dollar amount for the 5 year period�may not exceed �$990,000.� BPA Calls may be a minimum of $200. The government is looking for qualified companies to provide perishable and non-perishable food/subsistence to the Michigan Army National Guard. Blanket Purchase Agreements (BPA) will be established with a contractor that is able to meet our requirements.� the government is anticipating multiple award of approximately 3 Contractors.� BPA Call will be rotated among the awarded BPA vendors as a determination of fair opportunity.� In the event only one quote is deem acceptable, a single�vendor BPA�may be established.�� Awarded BPA shall have store front pick/up availability �for soldiers to order and pick up food in lower and upper peninsulas of the State of Michigan. �In the event of an urgent or emergency need, the contracting officer may negotiate with one contractor on a sole source basis as determined in the best�interest of the Government �and limit the fair opportunity or rotation�to the selected single vendor. The call may also include delivery to Camp Grayling.�� Award is anticipated within 30 days after receipt of quotes. The associated NAICS codes are found in subsector 311 � Food Manufacturing (NAICS 311991 and 311999). If interested in establishing a BPA with the Michigan Army National Guard, please complete the attached �Quote by Contractor.�� These are the top 25 items purchased in the last fiscal year.� Other items may� be ordered.�� This is a �representative of�items that will�be used to determine price reasonableness�when evaluating quotes. �Prices should be as low as or lower than those charged to your most favored customers, including any discounts for prompt payment. QUOTATION PREPARATION INSTRUCTIONS: 52.212-1 Instructions to Offerors-Commercial Items. (Oct 2018) ����� (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in paragraph 4. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. ����� (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show� ���������� (1) The solicitation number; ���������� (2) The time specified in the solicitation for receipt of offers; ���������� (3) The name, address, and telephone number of the offeror; ���������� (4)A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; ���������� (5) Terms of any express warranty; ���������� (6) Price and any discount terms; ���������� (7)�Remit to� address, if different than mailing address; ���������� (8)A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); ���������� (9) Acknowledgment of Solicitation Amendments; ���������� (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and ���������� (11)If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ����� (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ����� (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during preaward testing. ����� (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart� 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. ����� (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. ���������� (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is �late� and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- �������������������� (A)If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or �������������������� (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government�s control prior to the time set for receipt of offers; or �������������������� (C)If this solicitation is a request for proposals, it was the only proposal received. ��������������� (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. ���������� (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. ���������� (4)If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. ���������� (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. ����� (g) Contract award (not applicable to Invitation for Bids). 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. ����� (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. ����� (i) Availability of requirements documents cited in the solicitation. ���������� (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L�Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. ��������������� (ii)If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. ���������� (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ��������������� (i) ASSIST ( https://assist.dla.mil/online/start/). ��������������� (ii) Quick Search ( http://quicksearch.dla.mil/). ��������������� (iii) ASSISTdocs.com (http://assistdocs.com). ���������� (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- ��������������� (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); ��������������� (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or ��������������� (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. ���������� (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. ����� (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation �Unique Entity Identifier� followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart� 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. ����� (k)[Reserved] ����� (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: ���������� (1) The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s offer. ���������� (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. ���������� (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. ���������� (4)A summary of the rationale for award; ���������� (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. ���������� (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) ADDITIONAL INFORMATION NOT INCLUDED IN CLAUSE 52.212-1 Pricing Terms are Net 10 days. Include any discounts for large quantities. Invoicing Food will be ordered at the individual store fronts on credit against the established BPA. Invoices will be submitted through www.wawf.eb.mil each month and will reference the order against the BPA master agreement. The Government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the government based on best value.� Best value will be based on the capabilities determined by evaluating each quotation for lowest priced, satisfactory past performance,� and meets all solicitation provisions. The Government may reject quotes that fail to meet all of the requirements requested in this solicitation. Questions are due by 12:00 pm, noon , Eastern Time,�20 �May �2020, and must be submitted via email.� Questions will not be answered via telephone.� It is the vendor�s responsibility to monitor this site for any amendments. Questions received after or near cut off time for questions may be held and answered with the considered offerors that�submitted �a quote. Offers are submitted using the attachment ""Quote by Contractor"".� Quotes are�due at 12:00 pm, Eastern Time on��27 May, �2020.� Email quotes directly to bonnie.l.reineer.civ@mail.mil.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d32d6e5eb4d147b381fbce044d0364b8/view)
 
Place of Performance
Address: MI, USA
Country: USA
 
Record
SN05656717-F 20200515/200513230159 (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.