COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS
89 -- SUBSISTENCE
- Notice Date
- May 24, 2001
- Contracting Office
- DECA Contract Management Business Unit, Attn: Subsistence Division/RAS, 5258 Oaklawn Boulevard, Hopewell, VA 23860
- ZIP Code
- 23860
- Solicitation Number
- DECA02-01-R-0001
- Response Due
- June 22, 2001
- Point of Contact
- Contract Specialist, James E Shults, 804-734-9888
- E-Mail Address
- norfuss@hqlee.deca.mil (shultje@hqlee.deca.mil)
- Description
- Anticipated Issue Date: 06/01/2001. Fifty-four commissaries, divided into fifteen geographic groups: Great Lakes NTC (IL), Rock Island Arsenal (IL), and Ft McCoy (WI) in Group 1. Whiteman AFB (MO) is Group 2. Scott AFB (IL), and Ft Leonard Wood (MO) in Group 3. Harrison Village (IN), Crane NSWC (IN), Ft Knox (KY), and Ft Campbell (KY) are in Group 4. Wright-Patterson AFB (OH) is Group 5. Selfridge ANGB (MI) is Group 6. Bangor ANGB (ME), Cutler NCTS (ME), Winter Harbor NSGA (ME), and Portsmouth NNSY (NH) are in Group 7. Hanscom AFB (MA), Newport NETC (RI), and New London NSB (CT) is Group 8. Ft Drum (NY) is Group 9. Scotia NAU (NY), and West Point USMA (NY) are in Group 10. C E Kelly Support Facility (PA) is Group 11. Carlisle Barracks (PA), and DDC -- New Cumberland (PA) is Group 12. Tobyhanna AD (PA), Ft Hamilton (NY), Mitchel Field (NY), ARDEC -- Picatinny Arsenal (NJ), Ft Monmouth (NJ), Lakehurst NAEC)(NJ), and McGuire AFB (NJ) are Group 13. Aberdeen PG (MD), Annapolis NS (MD), Andrews AFB (MD), Ft Detrick (MD), Ft Meade (MD), Walter Reed AMC (MD), Patuxent River NAS (MD), Bolling AFB (DC), Dover AFB (DE), Ft Myer (VA), Ft Belvoir (VA), Quantico MCCDC (VA), and Dahlgren NSWC (VA) are in Group 14. Ft Eustis (VA), Ft Lee (VA), Ft Monroe (VA), Langley AFB (VA), Little Creek NAB (VA), Norfolk NB (VA), Oceana NAS (VA), and Portsmouth NNSY (VA) are in Group 15. Commissaries require various quantities of fresh fluid milk and dairy products, in commonly available sized containers for delivery period of August 1, 2001 through July 31, 2002. Contracts will consist of a 12 month base period, and two 1-year options. Groups 6, 8, 11, and 12 are SET-ASIDE FOR SMALL BUSINESS. All others will be solicited Unrestricted. Contractors must submit offers for all stores in a group. One contract will be awarded for each group. Contracts awarded will be requirements-type, fixed-price with EPA, and firm-fixed-price. A special factor will be added for vendor stockers. Most stores require five day per week deliveries. DeCA contract price history information, Technical Data Sheet (TDS), and delivery addresses are available at www.commissaries.com. Requests for business information not posted there should be requested under the Freedom of Information Act (FOIA). All requests for copies of the solicitation shall contain the following information: solicitation number, requestor's name, address, business size, telephone number, fax number, DUNS number and CAGE Code. Copies of the RFP must be requested in writing either at the address listed in the original announcement or by fax at (804) 734-9671/9685, Attn: James Shults. All responsible sources may submit a proposal for one or more groups, which shall be considered.
- Record
- Loren Data Corp. 20010529/89SOL001.HTM (W-144 SN50M9S5)
| 89 - Subsistence (Food) Index
|
Issue Index |
Created on May 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|