Hawaii Bids > Bid Detail

Fresh Fruits and Vegetables for Kauai, Hawaii

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159201776280900
Posted Date: Mar 29, 2023
Due Date: Apr 3, 2023
Solicitation No: SPE30223R0007
Source: https://sam.gov/opp/baead0b4d8...
Follow
Fresh Fruits and Vegetables for Kauai, Hawaii
Active
Contract Opportunity
Notice ID
SPE30223R0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
TROOP SUPPORT SUBSISTENCE
Office
DLA TROOP SUPPORT INDO-PACIFIC
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Mar 28, 2023 04:33 pm HST
  • Original Published Date: Mar 28, 2023 04:20 pm HST
  • Updated Date Offers Due: Apr 03, 2023 03:00 pm HST
  • Original Date Offers Due: Apr 03, 2023 03:00 pm HST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 18, 2023
  • Original Inactive Date: Apr 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8915 - FRUITS AND VEGETABLES
  • NAICS Code:
    • 424480 - Fresh Fruit and Vegetable Merchant Wholesalers
  • Place of Performance:
    Kekaha , HI 96752
    USA
Description

SOLICITATION No. SPE302-23-R-0007, this solicitation is issued as Request for Proposal (RFP)



The DLA Troop Support Indo-Pacific intends to solicit for a full line of produce support for Non-DoD USDA School customers and DoD Troops & Ships Customers located on the Island of Kauai in the State of Hawaii



This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR 12.603, 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. This requirement is being solicited using FAR 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services.



The DLA Troop Support intends to solicit for a full-line of produce support for Non-DoD USDA School and DoD Troops & Ships customers located on the Island of Kauai in the State of Hawaii.



This is a TOTAL SMALL BUSINESS SET-ASIDE acquisition. NAICS code 424480/size standard 500. In accordance with 13 CFR 121.406(e ), if at least 50% of the estimated contract value of an acquisition for multiple items is composed of items that are manufactured by small business concerns, then a waiver of the non-manufacturer rule is not required. As such, for this acquisition, it is expected that items comprising at least 50% of the contract value will be manufactured by small business concerns.



The total length of the IQC will be 5 years with $4,000,000.00 (Maximum Ceiling Amount)



Tier 1: April 9, 2023 – April 8, 2025 (24 months)



Tier 2: April 9, 2025 – October 8, 2026 (18 months )



Tier 3: October 9, 2026 – April 8, 2028 (18 months)



The resultant award will be for an indefinite delivery contract (IDC), with a guaranteed minimum of $40,000 (for 5 years) and $4,000,000.00 (Maximum Ceiling Amount)



Attachment 1 - Schedule of Items



Attachment 2 - Customer List. The delivery points require indefinite quantities of Fresh Fruit and Vegetables throughout the term of the contract. All responsible sources may submit proposals that will be considered by DLA Troop Support Indo-Pacific.



FOB Destination



Attachment 3 – Statement of Work (SOW)



Attachment 4 – FFAVORS Manual



Attachment 5 – STORES Manual



FAR Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition



Addendum to 52.212-1 Instructions to Offerors –Commercial Products and Commercial Services



Proposal Submission: Each offeror must submit:



(1) A signed copy of cover letter



(2) Attachment 1 with proposed prices (Excel Spreadsheet – Schedule Items)



A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



PROPOSALS ARE DUE NO LATER THAN 3:00 PM HST April 3, 2023. Please email proposal to jean.ross@dla.mil. It is the offeror's responsibility to confirm receipt of proposal.



Point of Contact: Jean Ross - email: jean.ross@dla.mil



Limit the file size of any individual email attachment to 5MB, and the total size of any email to 10MB. Multiple email submissions may be required. If submitting multiple emails as a proposal submission, label each email with a number (e.g., 1 of 3, accordingly. After transmitting an email submission, offerors should confirm receipt of all emails with the intended recipients.



Facsimile is not an acceptable form of transmission for submission of initial proposals or revisions to initial proposals submitted in response to this solicitation. As directed by the Contracting Officer, facsimile may be used during discussions/negotiations, if discussions/ negotiations are held, for proposal revisions, including Final Proposal Revisions



FAR Provision 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition



ADDENDUM to FAR 52.212-2, Evaluation of Commercial Items



(a) The Government will award contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Lowest Price Technically Acceptable (LPTA) source selection procedures will be used as the source selection method in this procurement. The following factors shall be used to evaluate offers:



1. Technical Acceptability - A technically acceptable offer is an offer that takes no exceptions to the terms and conditions in the solicitation and complies fully with all submission requirements. A proposal that takes exception to solicitation terms and conditions or that fails to comply with all submission requirements may be deemed technically unacceptable and, thus, may be found ineligible, and removed from further consideration, for the awards. By submitting a proposal with no exceptions, an offeror is confirming it possesses the necessary facilities, equipment, technical skills and capacity to successfully provide all items required by this solicitation.



2. Pricing - Pricing is required for all items found in the Schedule of Items and for Distribution Price per Pound for all tiers. Failure to offer pricing and distribution price for all items and for all tiers may result in a proposal being removed from consideration for award as technically unacceptable. The Government will perform an aggregate price analysis for all items found in the Schedule of Items. To determine an offeror's evaluated aggregate price, the estimated quantities in the Schedule of Items will be multiplied by the unit prices to determine the lowest aggregate price to the Government. The award will be made on the basis of the lowest Evaluated Aggregate Price of proposals meeting or exceeding the acceptability standards for non-price factors. The Government reserves the right to remove item(s) from the Schedule of Items or do a common item comparison if offerors do not submit pricing for all items. Prior to award, the offered prices of the presumptive awardee(s) will be evaluated on an individual line-item basis to determine whether each price is fair and reasonable using analytical techniques deemed appropriate by the Contracting Officer in her/his complete discretion.



Past Performance will not be used as an evaluation factor for this solicitation because other technical evaluation factors are sufficient to ensure performance for the commercial items being procured. Past performance will be considered in a determination of responsibility for the successful offeror prior to award.



(b) Options are not included in this solicitation.



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



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



FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, applies to this acquisition



FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition



FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition



DFAR Clause 252.225-7012 Preference for Certain Domestic Commodities, applies to this acquisition




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1025 QUINCY AVE, SUITE 1000
  • JBPHH , HI 96860-3520
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >