Hawaii Bids > Bid Detail

Protein and Health Supplements

Agency:
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159894978682841
Posted Date: Mar 6, 2024
Due Date: Mar 22, 2024
Source: https://sam.gov/opp/b9c9579f10...
Follow
Protein and Health Supplements
Active
Contract Opportunity
Notice ID
SPE30224R0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
TROOP SUPPORT SUBSISTENCE
Office
DLA TROOP SUPPORT INDO-PACIFIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Mar 06, 2024 11:41 am HST
  • Original Date Offers Due: Mar 22, 2024 10:00 am HST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8940 - SPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONS
  • NAICS Code:
    • 311999 - All Other Miscellaneous Food Manufacturing
  • Place of Performance:
    Honolulu , HI 96818
    USA
Description

The Defense Logistics Agency (DLA) Troop Support, INDO-PACIFIC intends to support the needs of its military customers by entering into a Blanket Purchase Agreement (BPA) to supply Food Nutritional Supplements to military customers located in Oahu, Hawaii. This procurement is being processed under the authority of FAR 13.303-2 - “Establishment of BPAs”.



A successful offeror(s) will be required to source, purchase, store, and deliver a variety of commercial off the shelf nutritional supplements to (DLA) Troop Support, INDO-PACIFIC customers on an ongoing basis, while at the same time maintaining acceptable fill rates, levels of customer service, and product quality. Therefore, an offeror must currently possess the physical, logistical, and financial resources to serve as a commercial distributor of a variety of nutritional items. By offering, an offeror affirms its status as a current and functioning commercial distributor of nutritional items.



This solicitation is being issued as a Total Small Business, Set-Aside procedures. The North American Industry Classification System (NAICS) is 311999, All Other Miscellaneous Food Manufacturing, and size standard is 700. A waiver of the non-manufacturer rule has not been requested for this acquisition because it is an acquisition for multiple items. 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 contracting officer must be immediately notified if it appears as though this requirement will not be met.



Offerors are required to propose on all items in the solicitations Schedule of Items. Failure to do so may result in a proposal being deemed technically unacceptable and therefore excluded from further consideration for award. Because the Contracting Officer is not obligated to initiate negotiations, each offeror shall submit its Most Competitive Proposal. Said proposal shall be responsive to all of the Solicitation’s requirements and free from any deficiencies.



The Period of Performance will be April 2, 2024, through April 1, 2029, for a total of five (5) years.



The Ship to Address for Hawaii:



NSWG-8



455 Hornet Ave, Bldg. 55



“Ford Island”



JBPHH, HI 96818



“Attn: N4 Department”



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. Failure to offer pricing for all items 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. Offered prices, on an individual line-item basis, will be evaluated to determine fair and reasonableness. The award will be made based on 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.



The resultant award will be for a Blanket Purchase Agreement (BPA) without a guaranteed minimum.



Submissions: Please see all attachments. If interested, we strongly encourage submitting all completed documents required (i.e., Signed Copy of SF1449 Cover Letter, Attachment 1 Schedule of Items (w/Prices filled out)/ We appreciate and thank you in advance for your offer. Your responses regarding this solicitation are requested back by 10:00AM HST on Friday, March 22, 2024. Please respond via email to the following address:




  • David K Ewaliko, david.ewaliko@dla.mil

  • Kirk Moser, kirk.moser@dla.mil


Attachments/Links
Contact Information
Contracting Office Address
  • 1025 QUINCY AVE, SUITE 1000
  • JBPHH , HI 96860-3520
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 06, 2024 11:41 am HSTSolicitation (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 >