Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2024 SAM #8324
SOLICITATION NOTICE

73 -- Automatic Meat Slicers for CONUS, Alaska, Hawaii, Puerto Rico and the Far East Commissaries

Notice Date
9/9/2024 12:02:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
DEFENSE COMMISSARY AGENCY FORT GREGG ADAMS VA 23801-1800 USA
 
ZIP Code
23801-1800
 
Solicitation Number
HQC00424Q0002
 
Response Due
9/16/2024 11:00:00 AM
 
Archive Date
09/17/2024
 
Point of Contact
Fatia Broussard, Phone: 804734800048877, Evelyn Settles, Phone: 804734800048221
 
E-Mail Address
fatia.broussard@deca.mil, Evelyn.Settles@deca.mil
(fatia.broussard@deca.mil, Evelyn.Settles@deca.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Changes have been made to Commissary Equipment Description (CED).� Specifically, the electric requirement of 120V/50Hz/1Ph, has been removed. �This solicitation is prepared in accordance with the format in subpart 12.6 (48 C.F.R. �� 12.6), as supplemented with additional information included in this notice. This announcement constitutes the only notice of the for this requirement. This solicitation (number HQC00424Q0002) is issued as a request for quotation (RFQ). This requirement is being solicited as a 100% small business set-aside under the North American Industry Classification System (NAICS) code 333241 with a small business size standard of 500 employees. Any contract resulting from this solicitation shall be a single award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, as defined in FAR 16.504. The maximum quantity acquired under any contract resulting from this solicitation will be estimated at 500 units including the base and all options. The minimum quantity ordered under the contract will be estimated at 100 units. Description of Requirement: This requirement is for the acquisition of Automatic Meat Slicers to provide a commercial grade table top slicer to slice delicatessen meats and cheeses both manually and automatically. The Automatic Meat Slicers must be compliant with the general operating specifications and additional requirements listed in the Commissary Equipment Description (CED) for a 4SMA Slicer, Meat, Automatic.� The CED is attached hereto as Attachment 1. The equipment will be delivered to commissaries within the Continental United States (CONUS), Alaska, Hawaii, Puerto Rico and Far East (Guam, Korea and Japan) Commissaries. The contractor will be required to deliver the Automatic Meat Slicer(s) to the requesting commissary within 30 days after constructive receipt of the delivery order and accept payment by Wide Area Work Flow (WAWF). The contractor will be responsible for delivering products prepared for overseas shipment to designated locations within 60 days after constructive receipt of delivery order. There is no commitment by the Government to make award(s), or to be responsible for any expenses or obligations incurred by entities that review or respond to this RFQ. The Government will award this requirement using FAR Subpart 13.5 procedures, with a firm fixed price methodology. Quotes are due by September 16, 2024, 2:00 PM ET. All questions and inquiries must be submitted to the contract specialist and contracting officer via electronic mail (e-mail) not later than 2:00 PM EDT on September 11, 2024. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit quotes or any questions to the attention of Fatia Broussard, Fatia.Broussard@deca.mil� and copy to Evelyn Settles, Evelyn.Settles@deca.mil. Contract Line Items (CLINs) � Use the attached Excel Spreadsheet, attached hereto as (Attachment 2) to submit pricing quotations.� Quantities are estimated for the purpose of this solicitation; exact quantities will be determined as needed and included in each delivery order. In accordance with FAR 17.202, the award will include option periods. Period of Performance (POP): Base Year: October 16, 2024 � October 15, 2025 Option Year One: October 16, 2025 � October 15, 2026 Option Year Two: October 16, 2026 � October 15, 2027 Option Year Three: October 16, 2027 � October 15, 2028 Option Year Four: October 16, 2028 � October 15, 2029 INSTALLATION ACCESS REQUIREMENTS (JAN 2012) The contractor shall be responsible for ensuring full compliance with all installation access procedures. Installation access includes, but is not limited to, obtaining applicable installation passes and inspections for vehicles and personnel. Contractor employees may also be subject to background security checks/clearances in order to obtain credentials for passes. Some installations are using programs, such as RAPIDGate, which may result in a cost to the contractor. Any costs associated with such programs or with obtaining passes, will not be reimbursed separately and should be included in the contractor's proposed pricing for the product or services being acquired.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9cb0d88e87f34e948f850870e9b0ba46/view)
 
Record
SN07204098-F 20240911/240909230120 (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.