MODIFICATION
89 -- Missouri National Guard Subsistence Prime Vendor
- Notice Date
- 12/30/2024 1:25:16 PM
- Notice Type
- Solicitation
- NAICS
- 311991
— Perishable Prepared Food Manufacturing
- Contracting Office
- W7NJ USPFO ACTIVITY MO ARNG JEFFERSON CITY MO 65101-1200 USA
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS25Q11NS
- Response Due
- 1/30/2025 11:00:00 AM
- Archive Date
- 02/14/2025
- Point of Contact
- Jesse Harrison, Ethan J. Curtis
- E-Mail Address
-
jesse.l.harrison13.civ@army.mil, Ethan.J.Curtis2.civ@army.mil
(jesse.l.harrison13.civ@army.mil, Ethan.J.Curtis2.civ@army.mil)
- Description
- The Missouri National Guard is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, FAR 13, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; capability statements are being requested and a request for quote will not be issued under this solicitation. The Missouri National Guard intends to enter into a Subsistence Prime Vendor Blanket Purchase Agreement (BPA) with the vendor that provides the best value to the government. A BPA will be established with a company that has a history of successfully providing quality raw subsistence items under a contract action at a fair and reasonable price and can meet the qualifications of the Missouri National Guard. Attached to this solicitation is a current listing of all the ingredients that are utilized by the Missouri National Guard. This ingredient list is subject to change as the Missouri National Guard updates, changes and modifies their menu rotation. The selected Prime Vendor would need to demonstrate through their current catalog that they can provide variations of the products on the ingredient list. Please note that a BPA is not a contract. A BPA is an agreement intended to support a streamlined method for acquiring products or services on an as-needed basis from qualified sources. The intent is to eliminate the need for repetitive costly re-procurements. All funded requirements issued under the terms and conditions of a BPA are called �Orders�. The establishment of a BPA does not guarantee orders will be made. There is no minimum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The Government may request a site visit with any offeror to establish acceptability. A minimum of one annual review of the BPA holder will occur, to ensure standards are met. This BPA will be established for three years or a maximum ceiling of $750,000, whichever comes first. Additionally, either party has the choice to terminate or re-negotiate an agreement provided a 30-day notification is given. In accordance with FAR 52.212-1(g) which is incorporated by reference, the Government intends to evaluate capabilities statements and issue a BPA without discussions with offerors. Please review FAR 52.212-1 in its entirety. Offerors must have a current active registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. Additionally, the selection of the vendor for this BPA will be conducted through a best value evaluation process under FAR Part 13, using price and other factors. The Government will evaluate current catalog pricing, content, delivery regions, locations, delivery lead time, and past performance to determine the vendor that represents the best value to the government. All interested vendors must meet regulatory requirements under FAR 9.104-1, including demonstrating financial and technical responsibility. Additionally, under FAR 9.104-2(b), vendors must comply with agency-specific sanitation standards and be willing to undergo routine inspections. Agency inspection standards are outlined in TB-MED 530. To ensure that the MONG can conduct these routine inspections in accordance with federal and agency standards, interested vendors must own and operate their own distribution center. To be considered qualified for consideration, you must submit at a minimum the following: Capability Statement, with delivery regions, and standard delivery lead time Copy of compliant inspection from a civilian health authority or regulatory authority (i.e. County/State Health Inspector, FDA Inspections, etc.). Current Catalog with base pricing Interested vendors must also have an online ordering system or catalog to allow the contracting office to review available products, compare prices, and place orders efficiently. Required Documents and or questions about this notice should be emailed to jesse.l.harrison13.civ@army.mil and ethan.j.curtis2.mil@army.mil with a subject line of �Business Name� - Subsistence Prime Vendor MONG Capabilities Statement� Questions should be emailed no later than 20 January 2025. Complete submissions are due no later than 30 January 2025. Please do not wait until the closing date on this notice to submit your response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fddd0ae26a404a8788c09af1946cfa1d/view)
- Place of Performance
- Address: Jefferson City, MO 65101, USA
- Zip Code: 65101
- Country: USA
- Zip Code: 65101
- Record
- SN07302346-F 20250101/241230230118 (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 |