SOLICITATION NOTICE
89 -- INTENT TO SOLICIT ONLY ONE SOURCE FOR FREEZE DRIED FOOD
- Notice Date
- 8/29/2024 10:43:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311423
— Dried and Dehydrated Food Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX24Q0294
- Response Due
- 9/4/2024 8:59:00 AM
- Archive Date
- 09/19/2024
- Point of Contact
- Nicole Propst
- E-Mail Address
-
nicole.l.propst.ctr@army.mil
(nicole.l.propst.ctr@army.mil)
- Description
- (i) 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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is OFD Foods, LLC, 525 25TH Ave SW, Albany, OR 97322-4371 (CAGE: 58340). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX24Q0294. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-06. (iv) The associated NAICS code is 311423. The small business size standard is 750 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): (vi) Description of requirements: See �Salient Characteristics� attached. The Government reserves the right to change the following contract line item number (CLIN) structure any time prior to award. CLIN 0001: Quantity One (1) � Each � Freeze Dried Food comprised of the following: Quantity 200 - Buffalo Style Chicken Mac & Cheese Case Quantity 249 - Chili Mac with Beef Case Quantity 533 - Meat Lasagna Case Quantity 400 - Beef Stew � Gluten Free Case Quantity 534 - Beef Stroganoff Case Quantity 633 - Chicken & Dumplings Case Quantity 567 - Rice & Chicken Case Quantity 500 - Yellow Curry with Chicken & Rice � Gluten Free Case Quantity 417 - Fettuccine Alfredo with Chicken Case Quantity 200 - Pad Thai with Chicken � Gluten Free Case Quantity 134 - Pasta Primavera Case Quantity 833 - Granola with Milk & Blueberries Case Quantity 517 - Breakfast Skillet � Gluten Free Case Quantity 833 - Biscuits and Gravy Case Shipping and Handling (vii) Delivery is required no later than (NLT) 30 days after contract award (ACA). Delivery shall be made to Shipping and Receiving, Building 102, Powder Mill Rd, Adelphi MD 20783-1138. Acceptance shall be performed at Shipping and Receiving, Building 102, Powder Mill Rd, Adelphi MD 20783-1138. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The following addenda have been attached to this provision: Army Contract Writing System (ACWS) Transition Information for Offerors a. The Army Contracting Enterprise (ACE) is in the process of deploying new solicitation and contract writing software to Army contracting offices worldwide. Known as the Army Contract Writing System (ACWS), this modern software suite�will soon replace most existing Army contract writing systems, including the system used to create and release this Solicitation. b. During this transition period, Offerors are hereby advised: 1. The Contracting Office may use any combination of contract writing systems to create and release documents related to this solicitation (e.g. solicitation amendments and awards, if any). Due to this: i. This solicitation may contain different offer submission instructions than other solicitations released by the same Contracting Office (e.g. requiring offer submission via the PIEE Solicitation Module vs. e-mail). Offerors should review all offer submission instructions contained in the solicitation documents and direct any questions or concerns to the Contract Specialist or Contracting Officer. ii. If the Contracting Office switches contract writing systems prior to award, documents you receive from the Contracting Officer or view on SAM.gov or other forums may appear noticeably different than the initial solicitation or previous solicitations or awards from the same Contracting Office. This is normal and expected. iii. A change between contract writing systems may cause important information concerning solicitation response (amendments) or accepted terms (awards) to take on different formatting or appear in different parts of later documents issued. Offerors shall review all documents carefully to locate this important information and direct any questions or concerns to the Contract Specialist or Contracting Officer. 2. The Government does not intend to use the transition between contract writing systems to effect any changes to solicitation or award terms and conditions without accompanying document narratives explicitly stating such changes are deliberate and desired. While the Contract Specialist and Contracting Officer will take care to minimize or eliminate any inadvertent changes when adapting to the new contract writing software, you, as the Offeror, may still be the first to spot such errors. Therefore, Offerors shall: i. Notify the Contracting Officer immediately if any observed changes, removals, or additions affect your award eligibility, violate or alter existing quote/proposal terms, or could affect Contract performance post-award. ii. Take special care to ensure all fill-in Clauses are populated and remain populated across documents received from the Contracting Office throughout the Solicitation and Award process.�iii. Contact the Contracting Officer listed on the first page of the solicitation or solicitation amendment for guidance if you notice or suspect any inadvertent change has occurred between document issuances. 3. The Contracting Officer will correct problems affecting award documents (if any) via bilateral modification, at no cost to the Contractor. Any such modification will reconcile the award with the latest version of this solicitation reflecting deliberate action by the Contracting Officer (e.g. the first issuance if no amendments, or the latest amendment with accompanying narratives), inclusive of any documented pre-award negotiations or accepted supplemental offer terms. 4. In the unlikely event a network disruption, contract writing system error, or financial system error threatens timely award of the requirement set forth in this solicitation, the Contracting Officer: i. May elect to use alternative mechanisms to obligate funds and allow work or deliveries to legally begin to the benefit of, and with legal protection for, both parties. ii. Will incorporate the latest version of this Solicitation into such mechanisms to serve as a framework for contract execution until any such system problems are resolved. iii. Will ensure any action taken does not conflict with the stated offer evaluation and award methodology of this requirement. iv. Will issue a complete, properly-formatted award accurately reflecting this requirement and all applicable terms and conditions once systems return to normal. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A � Sole Source (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions�and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR CLAUSES 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (NOV 2021) 52.204-25 PROHIBITION OF CONTRACTING FOR CERTAIN TELECOMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICESREPRESENTATION (OCT 2020) 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 52.209-6 PROTECTING THE GOVERNMENT�S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAR 2023) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (FEB 2024) 52.222-20 CONTRACTS FOR MATERIALS, SUPPLIES, ARTICLES, AND EQUIPMENT EXCEEDING $15,000 (JUN 2020) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020) 52.222-37 EMPLOYMENT REPORTS ON VETERANS (JUN 2020) 52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-23 SUSTAINABLE PRODUCTS AND SERVICES (MAY 2024) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021) 52.226-8 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (MAY 2024) 52.227-1 AUTHORIZATION AND CONSENT (JUN 2020) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023) 52.233-3 PROTEST AFTER AWARD (AUG 1996) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (NOV 2020) DFARS CLAUSES 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023) 252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (MAY 2021) 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023) 252.204-7022 EXPEDITING CONTRACT CLOSEOUT (MAY 2021) 252.204-7024 NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023) 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM� BASIC (FEB 2024) 252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7055 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056 PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.225-7972 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS. (DEVIATION 2020-O0015) (MAY 2020) 252.225-7973 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS�REPRESENTATION. (DEVIATION 2020- O0015) (MAY 2020) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES ( NOV 2023 ) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA�BASIC (JAN 2023) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR CLAUSES (FULL TEXT) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) ? Offerors shall include a completed copy on signed company letterhead of the provision at FAR 52.204-24 with their offer. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) DFARS CLAUSES (FULL TEXT) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) ADELPHI LOCAL INSTRUCTIONS (FULL TEXT) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � ALC ARMY CONTRACT WRITING SYSTEM (ACWS) TRANSITION INFORMATION FOR CONTRACTORS EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT INFO. OTHER THAN COST/PRICE TECHNICAL INFORMATION INFO. OTHER THAN COST/PRICE ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ARMY CONTRACT WRITING SYSTEM (ACWS) TRANSITION INFORMATION FOR OFFERORS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: In preparing an offer to the Government, please note the following: 1) Government Terms and Conditions will apply to this contract. a. In the event of a conflict between an offeror/awardee�s terms and conditions and the Government�s terms and conditions outlined in the resultant contract, the Government�s terms and conditions will take precedence and apply. 2) Ensure your quote document is addressed to Contracting Officer Christopher Moy, ACC-APG, Adelphi Contracting Division. 3) Ensure your quote document states NET30 100% Payment upon final inspection/acceptance by the Government. 4) Ensure your quote document states FOB Destination. 5) Ensure your quote document includes any shipping/handling fees. 6) Ensure your quote document specifies delivery NLT 30 days ACA to Adelphi, MD. 7) Ensure your quote document includes the CAGE/UEID numbers and corresponding Tax ID number associated with the entity that would be eligible to receive an award for this Government requirement. 8) Ensure your quote document includes a contact POC, phone number, and email address. 9) Provide country of manufacture for items proposed in your quote document. 10) Provide address (including 9-digit zip code) from which items proposed in your quote document will be shipped to Adelphi, MD. 11) Does your company accept credit card payments WITHOUT any associated charges/fees? a. NOTE: PayPal is not accepted by the Government. 12) In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. (xvi) Offers are due on NLT NOON EASTERN DAYLIGHT TIME (EDT) THREE (3) BUSINESS DAYS AFTER POSTING by email to Acquisition Specialist Nicole Propst at nicole.l.propst.ctr@army.mil. (xvii) For information regarding this solicitation, please contact to Acquisition Specialist Nicole Propst at 520-672-9918 / nicole.l.propst.ctr@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cae4f6c0a8bb41f7bccd74c4eef57713/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN07192756-F 20240831/240829230126 (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 |