Oregon Bids > Bid Detail

October Raw Subsistence

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159593509733754
Posted Date: Aug 8, 2023
Due Date: Aug 25, 2023
Solicitation No: P-011044
Source: https://sam.gov/opp/09621a447e...
Follow
October Raw Subsistence
Active
Contract Opportunity
Notice ID
P-011044
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NW USPFO ACTIVITY OR ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Aug 07, 2023 03:49 pm PDT
  • Original Date Offers Due: Aug 25, 2023 01:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8945 - FOOD, OILS AND FATS
  • NAICS Code:
    • 722310 - Food Service Contractors
  • Place of Performance:
    Hermiston , OR 97838
    USA
Description

Notice type: Combo Synopsis Response date: 25 August, 2023



PSC Code: 8945



NAICS: 722310





Full and Open Competition





Contracting



Office Address:



The United States Property and Fiscal Office, ATTN:



USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047





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; Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.





The solicitation is issued as a Request for Quote (RFQ). Request for Information are due by 21 August, 2023 1100 PST. Request for Quotes are due by 25 August, 2023, 1300 PST. The RFQ will result in a firm fixed price contract.





This solicitation is full and open. No set aside will be issued. The National American Industry Classification System (NAICS) code for this acquisition is 722310. The Small business Size Standard is $47 million.





Specifications, Requirements and Address





The contractor shall deliver subsistence Items on the dates specified below and in accordance with the Technical Exhibit (TE 2) included within this solicitation. Delivery costs shall be included in each delivery CLIN and shall not be separately priced.





Location: Umatilla Training Center; HQ/249 RTI, BLDG 5046, Hermiston, OR 97838 Delivery dates: 23 October and 30 October 2023



CLIN 0001 Provide First delivery of raw subsistence in accordance with Technical Exhibit 2



CLIN 0001 TOTAL





CLIN 0002 Provide Second delivery of raw subsistence in accordance with Technical Exhibit 2



CLIN 0002 TOTAL





QUOTE TOTAL (CLIN 0001-0002) $







Requirements for your quote: See “submission instructions for Quotes” page 5.





Evaluation Criteria: See “Quote evaluation criteria” page 8.





Terms and Conditions: See Clauses 52.212-4 and 52.212-5 (DEV)



Quoters can submit their quote any time before the due date to the Point of Contact:





Terrance Cage



Contract Specialist



USPFO for Oregon P&C



Email: terrance.d.cage.civ@army.mil



Phone: 971-355-4211







RAW Subsistence for HQ 249TH Regional Training Institute at NGTC, Camp Umatilla, Oregon










    1. Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, to perform delivery of raw subsistence, as defined in this Product Description.










    1. Delivery Schedule: As per delivery schedule outlined in Technical Exhibit (TE) 2.










    1. General Information and Special Instructions:












      1. Operating Hours and Locations: The contractor shall provide raw subsistence between the hours of 0900 – 1500 hours on the scheduled delivery days as outlined in TE 2, except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at BLDG 5046 on Camp Umatilla, Hermiston, Oregon.
















        1. The contractor’s employees shall become familiar with and obey the regulations of the installation; including fire, traffic, safety and security regulations while on the installation. Contractor employees should only enter restricted areas when required to do so and only upon prior approval. All contractor employees shall carry proper identification with them at all times, and shall be subject to such checks as may be deemed necessary. The contractor shall ensure compliance with all regulations and orders of the installation which may affect performance. The Government reserves the right to direct the removal of an employee for misconduct, security reasons, or any overt evidence of communicable disease. Removal of contractor employees for reasons stated above does not relieve the Contractor from responsibility for total performance of this contract.
















      1. Quality Control (QC): Upon each delivery; the Senior Culinary Specialist and/or COR will be present to ensure all items and quantities are accurate based on the orders outlined in TE2. Additionally, the Senior Culinary Specialist or COR will ensure that all food items received, has not yet reached its expiration date and will not expire during the period will be utilized. Any items that are incorrect or items that are spoiled will be rejected and returned to the vendor for replacements at no cost to the government. See performance requirements summary (PRS) incorporated in this work statement.














      1. Security Requirements. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the COR or the contract point of contact (POC) on Camp Umatilla. The contractor and all associated subcontractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor shall









ensure compliance with all personal identity verification requirements as directed by Department of Defense (DoD), Headquarters Department of Army (HQDA) and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes.












        1. For contractors that do not require a CAC, but require access to a DoD facility or installation: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014- 05/AR 190-13), and applicable installation, facility and area commander installation/facility access, and local security policies and procedures (provided by a government representative).


















      1. Contract Manager (CM): The contactor shall designate a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The CM shall work through the KO, to resolve issues, receive technical instructions, and ensure adequate performance of services. The CM shall ensure that contractor employees do not perform any services outside the scope of the contract without an official modification issued by the KO. The CM shall ensure contractor employees understand that services performed, or supplies delivered outside the scope of the contract are wholly at the expense of the contractor.



    1. Requirements: The contractor shall:

    2. Fulfill quantities and amounts of food items identified in TE 2 and deliver on the prescribed dates within TE 2 as prescribed in the Required Delivery Date (RDD) and within the hours of operation in para 1.2.1.

      1. Maintain appropriate level of communication with the Senior Culinary Specialist or Unit Logistics NCO to adjust next delivery amounts and quantities as necessary or as the situation dictates. All adjustments made by the Government must be communicated NLT 24 hrs from the next scheduled delivery. The Government shall pay for only the items requested/delivered/accepted. Any requested changes to the delivery schedule or items must be approved by the KO prior to government acceptance of changes. Any changes without prior consent will be at the expense of the contractor.









Submission Instructions for Quotes














        1. North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. 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 $47,000,000.


















        1. Submission of Quotes. Submit Quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes must be submitted on letterhead stationery.











As a minimum, offers must show—














          1. The solicitation number;






















          1. The time specified in the solicitation for receipt of Quotes;






















          1. The name, address, email, and telephone number of the Quoter;






















          1. Include Cage Code and Tax ID number;






















          1. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, if necessary. This may include product literature, or other documents;






















          1. Terms of any express warranty;






















          1. Price per Contract Line Item (CLIN) and any discount terms;













(8)"Remit to" address, if different than mailing address; (9) Acknowledgment of Solicitation Amendments;




  1. Quoting Entity must be registered in the System of Award Management (SAM), through SAM.gov in order to receive an award. Entities not registered in SAM with an approved account will have their quote rejected from consideration for award





Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606- 8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors’ quote shall be valid for a minimum of 30 days to be





acknowledged in the offerors’ quote. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil;






  1. 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






  1. If the quote 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. Quoters that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.












        1. Period for acceptance of quotes. The quoter agrees to hold the prices in their quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.




















        1. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. 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 pre-award testing.


















        1. Multiple offers. Quoters are encouraged to submit multiple quotes 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 quote submitted will be evaluated separately.


















        1. Late submissions, modifications, revisions, and withdrawals of quotes.




















          1. Quoters are responsible for submitting quotes, 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 quotes or revisions are due.






















          1. Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it is deem advantageous to the government to do so.






















          1. If an emergency or unanticipated event interrupts normal Government













processes so that quotes cannot be received at the Government office designated for receipt of quotes 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 quotes 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.












        1. Contract award. The Government intends to evaluate quotes and award a contract without discussions with quoters. Therefore, the offeror’s initial quote should contain the 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 quotes if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in quotes received.


















        1. Multiple awards. The Government may accept any item or group of items of a quote, unless the quoter qualifies the quote by specific limitations. Unless otherwise provided in the Schedule, quotes 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 quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote.












  1. Debriefing. If a post-award debriefing is given to requesting quoters, the Government shall disclose the following information, if applicable:








    1. The agency’s evaluation of the significant weak or deficient factors in the debriefed quoters offer.










    1. The overall evaluated cost or price and technical rating of the successful and the debriefed quoter and past performance information on the debriefed quoter.










    1. The overall ranking of all quoters, when any ranking was developed by the agency during source selection.










    1. A summary of the rationale for award;










    1. For acquisitions of commercial items, the make and model of the item to be delivered by the successful quoter.










    1. Reasonable responses to relevant questions posed by the debriefed quoter as to whether source- selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.







Quote Evaluation Criteria





The Government will award contracts resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.





The Award will be made based on price and past performance. Price will be evaluated inclusive of all CLINs and must be considered fair and reasonable. Past performance will be evaluated on an acceptable/ non-acceptable basis using information from the Supplier Performance Risk System. A risk score of Red (lowest 5%) or Yellow (Next 10%) will be considered unacceptable. If no information is found, that will be treated as neutral which is considered acceptable.


Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • KO FOR ORARNG DO NOT DELETE 1776 MILITIA WAY SE
  • SALEM , OR 97309-5047
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 07, 2023 03:49 pm PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >